648
Seymour Johnson AFB, North Carolina Solicitation Number W912HN-16-R-0035 Replacement of Air Traffic Control Tower Volume 1 of 4: Procurement and Contracting Requirements and Specification Division 01 August 2016 U.S. ARMY ENGINEER DISTRICT, SAVANNAH CORPS OF ENGINEERS 100 WEST OGLETHORPE AVENUE SAVANNAH, GEORGIA 31401-3640 US Army Corps of Engineers Savannah District

Seymour Johnson AFB, North Carolina

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Seymour Johnson AFB, North Carolina

Seymour Johnson AFB, North Carolina

Solicitation Number W912HN-16-R-0035 Replacement of Air Traffic Control Tower Volume 1 of 4: Procurement and Contracting Requirements and Specification Division 01 August 2016

U.S. ARMY ENGINEER DISTRICT, SAVANNAH CORPS OF ENGINEERS

100 WEST OGLETHORPE AVENUE SAVANNAH, GEORGIA 31401-3640

US Army Corps of Engineers Savannah District

Page 2: Seymour Johnson AFB, North Carolina

Air Traffic Control Tower/Base Operation Complex 16R35Seymour Johnson AFB, NC

PROJECT TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

01 11 00 SUMMARY OF WORK01 32 01.00 10 PROJECT SCHEDULE01 33 00 SUBMITTAL PROCEDURES01 33 29 SUSTAINABILITY REPORTING01 35 26 GOVERNMENTAL SAFETY REQUIREMENTS01 42 00 SOURCES FOR REFERENCE PUBLICATIONS01 45 00.00 10 QUALITY CONTROL01 45 00.10 10 QUALITY CONTROL SYSTEM (QCS)01 45 35 SPECIAL INSPECTIONS01 50 00 TEMPORARY CONSTRUCTION FACILITIES AND CONTROLS01 57 19 TEMPORARY ENVIRONMENTAL CONTROLS01 62 35 RECYCLED/RECOVERED/BIOBASED MATERIALS01 74 19 CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT01 78 00 CLOSEOUT SUBMITTALS01 78 23 OPERATION AND MAINTENANCE DATA01 91 00.00 37 COMMISSIONING

DIVISION 02 - EXISTING CONDITIONS

02 41 00 DEMOLITION AND DECONSTRUCTION02 82 13.00 10 ASBESTOS ABATEMENT02 83 13.00 20 LEAD IN CONSTRUCTION

DIVISION 03 - CONCRETE

03 11 13.00 10 STRUCTURAL CAST-IN-PLACE CONCRETE FORMING03 15 00.00 10 CONCRETE ACCESSORIES03 20 00.00 10 CONCRETE REINFORCING03 30 00.00 10 CAST-IN-PLACE CONCRETE03 35 00.00 10 CONCRETE FINISHING03 39 00.00 10 CONCRETE CURING

DIVISION 04 - MASONRY

04 20 00 UNIT MASONRY

DIVISION 05 - METALS

05 12 00 STRUCTURAL STEEL05 21 00 STEEL JOIST FRAMING05 30 00 STEEL DECKS05 40 00 COLD-FORMED METAL FRAMING05 50 13 MISCELLANEOUS METAL FABRICATIONS05 51 00 METAL STAIRS05 52 00 METAL RAILINGS

DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES

06 10 00 ROUGH CARPENTRY06 20 00 FINISH CARPENTRY06 41 16.00 10 PLASTIC-LAMINATE-CLAD ARCHITECTURAL CABINETS06 61 16 SOLID POLYMER (SOLID SURFACING) FABRICATIONS

DIVISION 07 - THERMAL AND MOISTURE PROTECTION

PROJECT TABLE OF CONTENTS Page 1

Page 3: Seymour Johnson AFB, North Carolina

Air Traffic Control Tower/Base Operation Complex 16R35Seymour Johnson AFB, NC

07 05 23 PRESSURE TESTING AN AIR BARRIER SYSTEM FOR AIR TIGHTNESS07 11 13 BITUMINOUS DAMPPROOFING07 17 00 BENTONITE WATERPROOFING07 21 13 BOARD AND BLOCK INSULATION07 21 16 MINERAL FIBER BLANKET INSULATION07 22 00 ROOF AND DECK INSULATION07 27 10.00 10 BUILDING AIR BARRIER SYSTEM07 41 13 METAL ROOF PANELS07 42 13 METAL WALL PANELS07 42 63 FABRICATED WALL PANEL ASSEMBLIES07 54 19 POLYVINYL-CHLORIDE ROOFING07 60 00 FLASHING AND SHEET METAL07 81 00 SPRAY-APPLIED FIREPROOFING07 84 00 FIRESTOPPING07 92 00 JOINT SEALANTS

DIVISION 08 - OPENINGS

08 11 13 STEEL DOORS AND FRAMES08 11 16 ALUMINUM DOORS AND FRAMES08 14 00 WOOD DOORS08 33 13 COILING COUNTER DOORS08 41 13 ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS08 51 13 ALUMINUM WINDOWS08 71 00 DOOR HARDWARE08 81 00 GLAZING08 88 58 AIR TRAFFIC CONTROL TOWER CAB GLASS08 91 00 METAL LOUVERS

DIVISION 09 - FINISHES

09 22 00 SUPPORTS FOR PLASTER AND GYPSUM BOARD09 29 00 GYPSUM BOARD09 30 10 CEMENT TILING, QUARRY TILING, AND PAVER TILING09 51 00 ACOUSTICAL CEILINGS09 62 38 STATIC-CONTROL FLOORING09 65 00 RESILIENT FLOORING09 65 66 RESILIENT ATHLETIC FLOORING09 68 00 CARPETING09 69 13 RIGID GRID ACCESS FLOORING09 72 00 WALLCOVERINGS09 83 13 ACOUSTICAL WALL COATING09 90 00 PAINTS AND COATINGS

DIVISION 10 - SPECIALTIES

10 14 00.10 EXTERIOR SIGNAGE10 14 00.20 INTERIOR SIGNAGE10 21 13 TOILET COMPARTMENTS10 26 00 WALL AND DOOR PROTECTION10 28 13 TOILET ACCESSORIES10 44 16 FIRE EXTINGUISHERS10 51 13 METAL LOCKERS

DIVISION 12 - FURNISHINGS

12 24 13 ROLLER WINDOW SHADES12 48 13 ENTRANCE FLOOR MATS AND FRAMES

PROJECT TABLE OF CONTENTS Page 2

Page 4: Seymour Johnson AFB, North Carolina

Air Traffic Control Tower/Base Operation Complex 16R35Seymour Johnson AFB, NC

DIVISION 13 - SPECIAL CONSTRUCTION

13 13 10 AIR TRAFFIC CONTROL TOWER (ATCT) CAB13 48 00 SEISMIC PROTECTION FOR MISCELLANEOUS EQUIPMENT13 48 00.00 10 SEISMIC PROTECTION FOR MECHANICAL EQUIPMENT

DIVISION 14 - CONVEYING EQUIPMENT

14 21 23 ELECTRIC TRACTION PASSENGER ELEVATORS

DIVISION 21 - FIRE SUPPRESSION

21 12 00 STANDPIPE SYSTEMS21 13 13.00 10 WET PIPE SPRINKLER SYSTEM, FIRE PROTECTION21 30 00 FIRE PUMPS

DIVISION 22 - PLUMBING

22 00 00 PLUMBING, GENERAL PURPOSE

DIVISION 23 - HEATING, VENTILATING, AND AIR CONDITIONING (HVAC)

23 00 00 AIR SUPPLY, DISTRIBUTION, VENTILATION, AND EXHAUST SYSTEMS23 03 00.00 20 BASIC MECHANICAL MATERIALS AND METHODS23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC23 07 00 THERMAL INSULATION FOR MECHANICAL SYSTEMS23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC23 09 13 INSTRUMENTATION AND CONTROL DEVICES FOR HVAC23 09 23.01 LONWORKS DIRECT DIGITAL CONTROL FOR HVAC AND OTHER

BUILDING CONTROL SYSTEMS23 11 25 FACILITY GAS PIPING23 52 43.00 20 LOW PRESSURE WATER HEATING BOILERS (UNDER 800,000 BTU/HR

OUTPUT)23 64 10 WATER CHILLERS, VAPOR COMPRESSION TYPE23 64 26 CHILLED, CHILLED-HOT, AND CONDENSER WATER PIPING SYSTEMS23 82 02.00 10 UNITARY HEATING AND COOLING EQUIPMENT

DIVISION 26 - ELECTRICAL

26 00 00.00 20 BASIC ELECTRICAL MATERIALS AND METHODS26 05 48.00 10 SEISMIC PROTECTION FOR ELECTRICAL EQUIPMENT26 08 00 APPARATUS INSPECTION AND TESTING26 12 19.10 THREE-PHASE PAD-MOUNTED TRANSFORMERS26 20 00 INTERIOR DISTRIBUTION SYSTEM26 28 01.00 10 COORDINATED POWER SYSTEM PROTECTION26 29 23 VARIABLE FREQUENCY DRIVE SYSTEMS UNDER 600 VOLTS26 32 15.00 10 DIESEL-GENERATOR SET STATIONARY 100-2500 KW, WITH

AUXILIARIES26 36 00.00 10 AUTOMATIC TRANSFER SWITCH AND BY-PASS/ISOLATION SWITCH26 41 00 LIGHTNING PROTECTION SYSTEM26 51 00 INTERIOR LIGHTING26 56 00 EXTERIOR LIGHTING

DIVISION 27 - COMMUNICATIONS

27 10 00 BUILDING TELECOMMUNICATIONS CABLING SYSTEM

DIVISION 28 - ELECTRONIC SAFETY AND SECURITY

PROJECT TABLE OF CONTENTS Page 3

Page 5: Seymour Johnson AFB, North Carolina

Air Traffic Control Tower/Base Operation Complex 16R35Seymour Johnson AFB, NC

28 31 76 INTERIOR FIRE ALARM AND MASS NOTIFICATION SYSTEM

DIVISION 31 - EARTHWORK

31 00 00 EARTHWORK31 11 00 CLEARING AND GRUBBING31 31 16.13 CHEMICAL TERMITE CONTROL31 32 11 SOIL SURFACE EROSION CONTROL31 62 13.13 CAST-IN-PLACE CONCRETE PILES31 63 16 AUGER CAST GROUT PILES

DIVISION 32 - EXTERIOR IMPROVEMENTS

32 01 19 FIELD MOLDED SEALANTS FOR SEALING JOINTS IN RIGID PAVEMENTS

32 05 33 LANDSCAPE ESTABLISHMENT32 11 23 AGGREGATE AND/OR GRADED-CRUSHED AGGREGATE BASE COURSE32 12 17 HOT MIX BITUMINOUS PAVEMENT32 13 11 CONCRETE PAVEMENT FOR AIRFIELDS AND OTHER HEAVY-DUTY

PAVEMENTS32 16 13 CONCRETE SIDEWALKS AND CURBS AND GUTTERS32 17 24.00 10 PAVEMENT MARKINGS32 31 13 CHAIN LINK FENCES AND GATES32 92 19 SEEDING32 92 23 SODDING32 93 00 EXTERIOR PLANTS

DIVISION 33 - UTILITIES

33 11 00 WATER UTILITY DISTRIBUTION PIPING33 30 00 SANITARY SEWERS33 40 00 STORM DRAINAGE UTILITIES33 51 15 NATURAL-GAS / LIQUID PETROLEUM GAS DISTRIBUTION33 71 02 UNDERGROUND ELECTRICAL DISTRIBUTION

-- End of Project Table of Contents --

PROJECT TABLE OF CONTENTS Page 4

Page 6: Seymour Johnson AFB, North Carolina

A. Replacement of Air Traff ic Control Tow er at Seymour Johnson Air Force Base, North CarolinaB. Contractual POC: Gosia Thompson 912-652-5901 or [email protected]. Technical POC: Craig Harrell 912-652-5150 or [email protected]. This acquisition w ill be aw arded utilizing a LPTA Source Selection Process in accordance w ith FAR 15.101-2E. This solicitation is being solicited on an Unrestricted basisF. The North American Industry Classif ication System (NAICS) code is 236220G. Per FAR 36.204 Disclosure of Magnitude: The Magnitude of this project is betw een $10M and $25M

GOSIA M THOMPSON 912-652-5901

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS

NEGOTIATED18-Aug-2016

(RFP)

(IFB)

X

CALL:B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS)

See Item 7

2. TYPE OF SOLICITATION

SEALED BID

3. DATE ISSUED

9. FOR INFORMATION A. NAME

SOLICITATION

NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85)Prescribed by GSAFAR (48 CFR) 53.236-1(e)

11. The Contractor shall begin performance w ithin _______10 calendar days and complete it w ithin ________540 calendar days after receiving

aw ard, X notice to proceed. This performance period is X mandatory, negotiable. (See _________________________

12 A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS?(If "YES," indicate within how many calendar days after award in Item 12B.)

X YES NO

13. ADDITIONAL SOLICITATION REQUIREMENTS:

A. Sealed offers in original and __________ copies to perform the w ork required are due at the place specified in Item 8 by ___________ local time ______________16 Sep 2016 (date). If this is a sealed bid solicitation, offers must be publicly opened at that time.shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due.

B. An offer guarantee X is, is not required.

C. All offers are subject to the (1) w ork requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference.

D. Offers providing less than _______90 calendar days for Government acceptance after the date offers are due w ill not be considered and w ill be rejected.

SOLICITATION, OFFER, AND AWARD

(Construction, Alteration, or Repair)

1. SOLICITATION NO.

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

4. CONTRACT NO.

7. ISSUED BY CODE

US ARMY ENGINEER DISTRICT SAVANNAH100 W OGLETHORPE AVENUESAVANNAH GA 31401-3640

W912HN

PAGE OF PAGES

1 OF

CODE

(Title, identifying no., date):

.)

12B. CALENDAR DAYS

10

02:00 PM (hour)Sealed envelopes containing offers

5. REQUISITION/PURCHASE REQUEST NO. 6. PROJECT NO.

8. ADDRESS OFFER TO (If Other Than Item 7)

FAX:TEL: TEL: FAX:

W912HN-16-R-0035 74

Page 7: Seymour Johnson AFB, North Carolina

20B. SIGNATURE

(REV. 4-85)STANDARD FORM 1442 BACK

TO SIGN

NSN 7540-01-155-3212

SOLICITATION, OFFER, AND AWARD (Continued)(Construction, Alteration, or Repair)

CODE FACILITY CODE

17. The offeror agrees to perform the w ork required at the prices specif ied below in strict accordance w ith the terms of this solicitation, if this offer isaccepted by the Government in w riting w ithin ________ calendar days after the date offers are due.the minimum requirements stated in Item 13D. Failure to insert any number means the offeror accepts the minimum in Item 13D.)

AMOUNTS SEE SCHEDULE OF PRICES

18. The offeror agrees to furnish any required performance and payment bonds.

19. ACKNOWLEDGMENT OF AMENDMENTS(The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)

AMENDMENT NO.

DATE

20A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGNOFFER (Type or print)

AWARD (To be completed by Government)

21. ITEMS ACCEPTED:

22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA

24. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM(4 copies unless otherwise specified)

CODE

(Insert any number equal to or greater than

20C. OFFER DATE

25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO

10 U.S.C. 2304(c) 41 U.S.C. 253(c)

CODE27. PAYMENT WILL BE MADE BY:26. ADMINISTERED BY

(Include ZIP Code)14. NAME AND ADDRESS OF OFFEROR 15. TELEPHONE NO. (Include area code)

See Item 14

(Include only if different than Item 14)16. REMITTANCE ADDRESS

30B. SIGNATURE

29. AWARD (Contractor is not required to sign this document.)

document and return _______ copies to issuing office.) Contractor agrees Your of f er on this solicitation, is hereby accepted as to the items listed. This award con-to f urnish and deliv er all items or perf orm all work, requisitions identif ied summates the contract, which consists of (a) the Gov ernment solicitation andon this f orm and any continuation sheets f or the consideration stated in this y our of f er, and (b) this contract award. No f urther contractual document iscontract. The rights and obligations of the parties to this contract shall be necessary .gov erned by (a) this contract award, (b) the solicitation, and (c) the clauses,representations, certif ications, and specif ications or incorporated by ref er-ence in or attached to this contract.

30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED 31A. NAME OF CONTRACTING OFFICER (Type or print)

30C. DATE

(Type or print)

TEL: EMAIL:

31B. UNITED STATES OF AMERICA 31C. AWARD DATEBY

CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE

(Contractor is required to sign this28. NEGOTIATED AGREEMENT

(M ust be fully completed by offeror)OFFER

Page 8: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 3 of 74

Section 00 01 15 - List of Drawing Sheets

General Decision Number: NC160041 01/08/2016 NC41

Superseded General Decision Number: NC20150041

State: North Carolina

Construction Type: Building

County: Wayne County in North Carolina.

BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories).

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/08/2016

* IRON0848-005 12/01/2014

Rates Fringes

IRONWORKER, STRUCTURAL...........$ 23.00 12.00 ---------------------------------------------------------------- PLUM0421-003 07/01/2013

Rates Fringes

PIPEFITTER.......................$ 24.85 9.65 ---------------------------------------------------------------- SUNC2011-022 08/24/2011

Rates Fringes

BRICKLAYER.......................$ 19.00 0.00

CARPENTER, Excludes DrywallHanging, and Form Work...........$ 16.11 4.20

CEMENT MASON/CONCRETE FINISHER...$ 15.50 0.00

DRYWALL HANGER...................$ 13.83 0.00

ELECTRICIAN......................$ 18.31 3.06

Page 9: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 4 of 74

FORM WORKER......................$ 12.43 1.80

HVAC MECHANIC (HVAC DuctInstallation Only)...............$ 19.69 2.25

LABORER: Common or General......$ 10.20 0.00

LABORER: Landscape &Irrigation.......................$ 9.13 0.28

LABORER: Pipelayer..............$ 13.35 2.80

LABORER: MasonTender-Brick/Cement/Concrete.....$ 12.00 0.00

OPERATOR:Backhoe/Excavator/Trackhoe.......$ 18.23 2.16

OPERATOR: Bulldozer.............$ 16.00 1.87

OPERATOR: Crane.................$ 19.77 4.48

OPERATOR: Forklift..............$ 13.86 0.00

OPERATOR: Grader/Blade..........$ 15.72 1.49

OPERATOR: Loader................$ 16.17 0.25

PAINTER: Brush, Roller andSpray............................$ 12.35 0.00

PLUMBER..........................$ 19.70 2.34

ROOFER...........................$ 11.06 1.26

SHEET METAL WORKER, ExcludesHVAC Duct Installation...........$ 15.81 1.40

TRUCK DRIVER.....................$ 13.38 1.48 ----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

================================================================

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the

Page 10: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 5 of 74

cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

Page 11: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 6 of 74

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor

Page 12: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 7 of 74

200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

Page 13: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 8 of 74

Section 00 10 00 - Solicitation, Contract Line Item Number (CLIN) Schedule

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Job

Base bid Air Traffic Control Tower, Complete to the 5' building line FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Job

Base bid Base Operations Facility, Complete to the 5' building line FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1 Job

Base bid Supporting Facilities, including base bid demolition, Complete beyond the 5' line FOB: Destination

NET AMT

Page 14: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 9 of 74

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 1 Job OPTION Option 1 Construct Dinning Addition to Flight Kitchen Building, Complete

FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 1 Job OPTION Option 2 Construct Parking Lot Area B, Complete

FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 1 Job OPTION Option 3 Construct Parking Lot Area C Lot #1, Complete

FOB: Destination

NET AMT

Page 15: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 10 of 74

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 1 Job OPTION Option 4 Construct Parking Lot Area C Lot #2, complete

FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 1 Job OPTION Option 5 Demolish Building 4507, Complete

FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 1 Job OPTION Option 6 Demolish/Renovate Building 4012, Complete

FOB: Destination

NET AMT

Page 16: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 11 of 74

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 240 Linear

Foot OPTION Option 7 Removal of UG Asbestos Steam Lines along Jabara Street as noted in

drawings, Complete FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0011 200 Cubic

YardOPTION Option 8 Removal/ Disposal of old remaining buried concrete structures/

foundations in new building footprint, Complete FOB: Destination

NET AMT

Page 17: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 12 of 74

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0012 360 Linear

Foot OPTION Option 9 Auger cast piles/ grout quantities varying from those shown on

drawings/ specs, Complete FOB: Destination

NET AMT

Page 18: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 13 of 74

Section 00 20 00 - Instructions for Procurement

Additional Notes to Offerors

1. Technical inquiries are to be submitted via Bidder Inquiry in ProjNet at:www.projnet.org\projnet Bidder Inquiry Key: XBVF5H-JXXDT4

All questions regarding this solicitation must be submitted in writing through ProjNet no later than 10 calendar days prior to the date established for receipt of proposals as shown in this solicitation. The Government reserves the right to not respond to questions/inquiries received after this date. To submit and review bid inquiry items, offerors will need to be a current registered user or self-register in the system. To self-register, go to the web page, click bid tab, select bidder inquiry, select agency USACE, enter the key for this solicitation below, and your email address, then click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. Offerors will receive an acknowledgement of their question(s) via email, followed by an answer to their question after it has been processed by our technical team.

2. Period of performance: The Contractor shall be required to(a) commence work under this contract within 10 calendar days after the date the Contractor receivesthe notice to proceed,(b) prosecute the work diligently, and(c) complete the entire work in Contract Line Item Number (CLIN) 0001, 0002, 0003 (base bid items)ready for use not later than 540 calendar days after receipt of notice to proceed.

If CLIN 0004, Option 1 is exercised, commence work after a notice to the users of the Flight Kitchenbuilding that work will commence 30 days after the notice.

If CLIN 0004, Option 1, CLIN 0005, Option 2, and CLIN 0007, Option 4 are exercised, complete the entirework ready for use within the performance period for CLIN 0001,0002,0003,0004.

If CLIN 0006, Option 3, CLIN 0008, Option 5 and CLIN 0009, Option 6 are exercised, commence workafter a notice to proceed is issued for each option. Notice to proceed will be issued after theGovernment has accepted the work in CLIN 0001, 0002, 0003 and a 75 calendar day period has passedduring which the Government will move into the facility. Complete the work within 185 days afternotice to proceed.

If CLIN 0010, Option 7, CLIN 0011, Option 8, or CLIN 0012, Option 9 are exercised, complete the entirework within the performance period for the base bid items.

The time stated for completion shall include final cleanup of the premises.

3. If an Offeror believes the requirements in this solicitation contain an error, omission, or are otherwise unsound, the Offeror shall immediately notify the Contracting Officer in writing, to include supporting rationale. Such communication may be submitted to the Contracting Officer through the contracting POC identified in this solicitation.

Page 19: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 14 of 74

4. In accordance with FAR Clause 52.237-2, Site Visit (Construction) of this solicitation, a formal site visit will be held. Prior to the submission of any proposals, all Offerors are required to visit the project site location to become familiar with the project requirements. A proposal will not be rejected only because the offeror fails to visit the project site. Failure to visit the project site will not relieve the Offeror from responsibility for performance of the work and compliance with the terms and conditions of any resultant contract. In no event will a failure to inspect the site constitute grounds for a claim after award of the contract.

5. Supplemental Price Breakdown. If deemed necessary to evaluate the price proposals in response to the RFP, the Government will request a price breakdown of the Contract Line items. The Government will provide details on where and how to send the breakdown. This information will not be needed sooner than three working days after the proposal submission due date. This information is not an opportunity for a firm to revise its non-price or price proposal. Price will not be rated or scored, but will be evaluated for fairness and reasonableness through the use of a price analysis. Firms are cautioned to distribute direct costs, such as material, labor equipment, subcontracts, etc., and to evenly distribute indirect costs, such as job overhead, home office overhead, bond, etc., to the appropriate contract line items. Both parties shall presume that field overhead costs through the proposed contract duration are inclusive in the offered price for the contract. If deemed necessary, the supplemental price breakdown information will be used to assist the Government in performing the price evaluations described above.

Page 20: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 15 of 74

Section 00 21 00 - Instructions

PROPOSAL & BID BOND SUBMISSION:

ELECTRONIC PROPOSAL SUBMISSION IS REQUIRED THROUGH THE WEBSITE LISTED BELOW. ELECTRONIC SUBMISSION SENT VIA EMAIL OR FACSIMILE WILL NOT BE ACCEPTED. HAND CARRIED PROPOSAL SUBMISSION IS NOT AUTHORIZED.

DIRECTIONS FOR SUBMITTING PROPOSALS:

In an effort to reduce paperwork and reduce cost, all proposals shall be submitted electronically. All submissions shall be in Adobe PDF format.

Offerors may use compressions utility software such as WinZip or PKZip to reduce file size and facilitate transmission.

Title the file(s) in the following format:

W912HN-16-R-0035_COMPANY NAME_ VOLUME I W912HN-16-R-0035_COMPANY NAME_ VOLUME II

Submit proposals electronically via the AMRDEC SAFE website at: https://safe.amrdec.army.mil/SAFE/Welcome.aspx. At the AMRDEC SAFE website select the link: I do not have a CAC or this machine is not configured to read my CAC and I would like to access SAFE as a Guest User, to register, access the site and submit your proposal(s). [Note: It has been reported that documents are more quickly uploaded into the AMRDEC SAFE website when using a Firefox web browser. The Government cannot verify that this is true and offers no guarantee that Offerors will have more success utilizing any particular browser. When your proposal is submitted via the AMRDEC SAFE website, the website will provide notification of the submittal to the Government recipients. When completing the information for transmittal at the AMRDEC SAFE website, you will be required to enter e-mail addresses for the recipients. For this solicitation, the recipients will be the PCO and Contract Specialist. The Contract Specialist for this project is Ms. Gosia M. Thompson, whose e-mail address is [email protected]. The PCO for this project is Ms. Nina Crow, whose e-mail address is [email protected]. These e-mail addresses are the ones you will enter as recipients.

In addition, after uploading your documents, you will be required to verify your email address before AMRDEC will send notification to the Government recipients. This is a very important step – even if you successfully upload your proposal to AMRDEC SAFE, notification will not be sent to the Government until you verify your email address, which may result in the rejection of your proposal for lateness. Follow the instructions on the AMRDEC website and the confirmation emails you receive from AMRDEC.

Page 21: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 16 of 74

Phase I Proposal Due Date and Time:

Request For Proposal No: W912HN-16-R-0035 Due Date of Proposal: 16 September 2016

Time by which Proposals are Due: 2:00 P.M. (Eastern Time) Title of Project: Replacement of Air Traffic Control Tower at Seymour Johnson AFB

The date and time of delivery will be established by the time of receipt of the e-mail notification to the Contract Specialist and PCO by the AMRDEC SAFE website, not by the date and time of uploading of the proposal into the AMRDEC SAFE website. Do not assume that electronic communication is instantaneous – in fact, it can take several minutes or even hours in some cases. Please make allowances for delays in transmittal. If an electronic submission is uploaded minutes before the deadline but notification is not actually received in the recipients’ e-mail inboxes until after the deadline, the submission will be considered late.

DIRECTIONS FOR SUBMITTING BID BOND:

In accordance with FAR Clause 52.228-1, Bid Guarantee in the solicitation, Offerors are required to submit an original bid bond in accordance with these instructions and by the time and date established for the receipt of proposals. The Bid Guarantee shall be 20% of the bid price or $3 Million, whichever is less. Bid bonds must be submitted in original form and contain original signatures. Photocopied, facsimile, scanned or otherwise mechanically reproduced bid bonds will not be accepted. Failure to submit a proper bid bond shall be cause for rejection of an Offeror’s proposal. Bid Bonds must be delivered by U.S. Mail, including U.S. Express Mail, Federal Express or United Parcel Service. All Bid Bonds must be clearly identified with the contractor’s name and address. To ensure timely and proper handling, the lower left corner of the outermost wrapper should indicate the following:

Request For Proposal No: W912HN-16-R-0035 Due Date of Proposal: 16 September 2016

Time by which Proposals are Due: 2:00 P.M. (Eastern Time) Title of Project: Replacement of Air Traffic Control Tower at Seymour Johnson AFB

Bid Bonds must be addressed to: U.S, Army Engineer District, Savannah ATTN: CECT-SAS-E (Gosia M. Thompson) 100 West Oglethorpe Avenue Savannah, Georgia 31401-3640

The date and time of delivery established by commercial carriers is not the official time of receipt by the Government. Security Guards posted at the loading dock entry for the building do not receive bid bonds and will contact Mailroom personnel. Once Mailroom Personnel are available, the bid bonds will be processed by the Security Guards using established security procedures and subsequently picked up by Mailroom personnel. After receipt by the Mailroom

Page 22: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 17 of 74

personnel, a record will be made of the receipt of the bid bonds. Completion of these actions will constitute delivery of the bid bonds by the date and time designated for receipt.

Offerors that use U.S. Mail or U.S. Express Mail must allow sufficient time for the bid bonds to be received by Mailroom personnel by the time specified. Offerors are responsible for allowing sufficient time for the bid bonds to be processed for receipt and are cautioned that sufficient time may be as much as 24 hours prior to the date and time designated. The Government will not be responsible for bid bonds delivered to any location or to anyone other than those designated. Offerors are responsible for ensuring that bid bonds are submitted so as to reach the office designated for receipt. Offerors are responsible for allowing sufficient time for the bid bonds to be physically received and processed by Mailroom personnel in accordance with the information provided.

The Government will not be responsible for proposals delivered to any location or to anyone other than those designated to receive proposals on its behalf. Offerors are responsible for ensuring that proposals are submitted so as to reach the designated recipient of proposals. Offerors are responsible for allowing sufficient time for the proposal to be received in accordance with the instructions provided.

Page 23: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 18 of 74

SECTION 00 21 00 PROPOSAL SUBMISSION REQUIREMENTS AND INSTRUCTIONS

1. OVERVIEW.

1.1 This Request for Proposal (RFP) solicits for the construction of the Air Traffic Control Tower/Base Operations Complex, Seymour Johnson Airforce Base. This will be a Firm-Fixed Price (FFP) contract.

1.2 The purpose of the Source Selection Plan is to establish a uniform evaluation procedure for the technical evaluation of proposals by the Source Selection Evaluation Team (SST) and the development of the Best Value Decision by the Contracting Officer (KO) using the Lowest Price Technically Acceptable Source Selection Process (See Federal Acquisition Regulation 15.101-2.

2. GENERAL INSTRUCTIONS

2.1 Who May Submit. The requirement will be advertised for full and open Competition; any legally organized firm may submit a proposal. Offerors submitting as a joint venture must provide the agreement forming the joint venture.

2.2 Notwithstanding the specific requirements of any other area of the RFP, information submitted about any company other than the Offeror, whether a predecessor company, affiliated company, subsidiary (including wholly owned subsidiaries), or subcontractors WILL NOT be evaluated for any factor. Information about firms that are part of a joint venture will be considered when the joint venture is the Offeror.

2.3 Offerors shall submit their proposal to the address shown in the Proposal and Bid Bond Submission Instructions in Section 00 21 00.

2.4 Proposals are due no later than the time and date specified in Block 13 of Standard Form 1442.

3. GENERAL PROPOSAL FORMAT:

3.1 Title Page. Include the title of the solicitation, solicitation number, Offeror name, and date of the submittal.

3.2 Table of Contents. Each volume of the proposal shall contain a detailed table of contents. Any materials submitted but not required by this solicitation (such as company brochures) shall be relegated to appendices.

3.3 Electronic Matter Submissions.

Page 24: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 19 of 74

3.3.1 Written material shall be on 8 ½ x 11 inch paper size, using no smaller than a 10 pitch or 10 font.

3.3.2 Offerors SHALL submit an electronic version (PDF Format) of the original Volume I and Volume II. Offerors SHALL submit only two files in PDF format (i.e. Volume I and Volume II). These two files should be named in a specific format: Solicitation Number, Offerors Company and the volume (i.e.W912HN-16-R-0035-USACE-VolumeI.pdf). Given the limited time and resources of the evaluation board, failure to provide proposal in the correct format may hinder the board's ability to evaluate the Offeror's proposal.

3.4 Tabs. Proposal shall be organized and tabbed as follows:

VOLUME I Price/Representations/Certifications

TAB A – Standard Form 1442, completed and signed by authorized individual(s) of the Offeror.Offers submitted in the name of a Joint Venture must be signed in accordance with the terms and conditions specified in the joint venture agreement as evidenced in the proposal.

TAB B – Section 00 10 00 – Proposal Pricing Schedule

TAB C - Section 00 45 00– Representations and Certifications

TAB D – Proposal Data Sheet – See Attachment 1 provided at the end of this section. Offerors should ensure telephone number; fax number, e-mail address and DUNS number are all included. The DUNS number provided will be used to access Past Performance Information Retrieval System (PPIRS) data. Offerors should also provide any other assigned number that identifies them in the PPIRS database. If a separate DUNS has been created for a joint venture (J-V) it must be submitted. The offeror should also submit their Tax ID number on the proposal data sheet.

TAB E – Bid Bond – See Clause 52.228-13 and any other notes, for required bond information. The Offeror is required to submit a bid bond. Photocopied or electronically scanned bid bonds are not acceptable and may lead to the rejection of the proposal as non-responsive.

TAB F – Financial Information (e.g. the last three years financial statement, Annual Reports, Dun and Bradstreet ratings and/or number, etc.) Provide a list of all current contracts held, total dollar value, award date, anticipated completion, performance and payment bond amount. The Offeror shall also provide a Subcontracting Plan in accordance with FAR Clause 52.219-9, Small Business Subcontracting Plan.

TAB G – Joint Venture Agreement, if applicable. See paragraph 2.1.

VOLUME II Technical

TAB H – FACTOR 1 Past Performance

Page 25: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 20 of 74

TAB I– FACTOR 2 Corporate Relevant Specialized Experience

4. TAB H - FACTOR 1 –PAST PERFORMANCE

4.1 SUBMISSION REQUIREMENTS.

4.1.1 The Offeror shall demonstrate a record of performance on recent and relevant projects using the Past Performance Questionnaire Assessment Sheet, Attachment 2 and the Past Performance Questionnaire, Attachment 3 at the end of this section. The Past Performance Questionnaire (PPQ) is provided for the offeror or its team members to submit to the client (Point of Contact) for each relevant project submitted. Offeror must ensure correct phone numbers and email addresses are provided for the client Point of Contact. Completed PPQs must be submitted with your proposal by the specified closing date and time. Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. If the offeror is unable to obtain a completed PPQ from a point of contact for a project(s) before proposal closing date, the Offeror shall complete blocks 1 – 5 of the PPQ and submit it with the proposal. Please note that, at a minimum, this first page of the PPQ must contain sufficient information for the government to determine the relevancy of the project. In addition, this will provide contract and client information for the respective project(s). The Government will call and confirm information provided by the Offeror on the PPQs with the points of contact, to the extent necessary to verify the information in the PPQ. The Government reserves the right to interview other individuals if the point of contact is not available. Offerors are cautioned that the information submitted pertaining to a project shall be limited to the PPQ form and shall contain enough information to determine relevancy of a project. Project Information submitted in a format other than or in lieu of the PPQ (to include CCASS or CPARS) will not be considered. Offerors may submit PPQ submitted on other procurements provided they are on the NAVFAC/USACE Past Performance Questionnaire Form and the client contact information is accurate and up-to-date.

It is important for offerors to provide accurate, up-to-date, client Point of Contact information on the project PPQs. If the Government is unable to verify the information provided on the PPQs with the client Point of Contact, or by other sources available (e.g. CPARS), the Government reserves the right to disregard that project when evaluating the offeror’s past performance (Factor 1) and experience (Factor 2). Similarly, it is important for the PPQs to be signed by the client Point of Contact. If PPQs are not signed by the client, the Government reserves the right to disregard the past performance ratings for that particular project.

4.1.2 In addition to the PPQ, the Offeror’s proposal shall include the Past Performance Evaluation Questionnaire Assessment Sheet (Attachment 2) to provide a summary of the PPQs included and/or submitted to clients. The summary sheet at a minimum shall include the following: 1) Project name; 2) Team member submitting the project if a member of a joint venture; 3) Contract Number; 4) % Completion at the time of solicitation; and 5) Completion date.

Page 26: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 21 of 74

Offerors may identify federal, state and local government and private contracts that meet the Government’s requirements described in paragraph 4.1.2.below. If the Offeror is a joint venture, each firm shall provide information, demonstrating relevant experience. If any firm has multiple functions or divisions, limit the project examples to those performed by the division, unit or team member submitting the offer.

4.1.3 The Offeror must have received verifiable performance ratings of Satisfactory or better for each project submitted.

4.1.4 RECENT, RELEVANT PROJECTS

4.1.4.1 Using PPQs (see Attachment 3) as described above, Offerors shall demonstrate the quality of performance information on projects similar in scope, type of work, complexity, contract type, and degree of subcontracting or teaming proposed by the offeror. The project description in section 4 of the PPQ shall clearly describe the characteristics of the projects. The Government will not assume or infer any project characteristics that are not specifically identified and described.

An Offeror’s submitted projects are not required to contain all features noted in paragraph 4.1.4.3 below in each individual project, BUT SHALL collectively address all features at least once.

4.1.4.2 Projects must be successfully completed, or fully designed and at least 50% construction progress completed within TEN (10) years preceding the date of this solicitation. Projects must have a minimum value of no less than $4.0 million each. The Government will not consider multiple projects, such as individual task orders, combined to meet the minimum value. Where a project was awarded as a task order or delivery order under an IDIQ type contract, Offerors are cautioned to submit information specific to the instant task or delivery order considered relevant to the requirements of this RFP, rather than the umbrella contract.

4.1.4.3 Projects must also demonstrate performance of projects containing the characteristics listed below. Each project does not have to contain all of the characteristics, but should demonstrate performance of a project for each characteristic at least once. Offerors must be specific when describing whether the project included:

-New construction of Public, Private or Government air traffic control towers or multi-story (eight stories and higher) buildings on deep pile foundations.

-New construction of operations control centers like an air traffic control tower cab.

-New construction of base airfield operations buildings or building functions comparable toOperations monitoring/control centers, similar to airfield operations facilities containing functions like weather monitoring/reporting, flight operations planning/scheduling, safety monitoring/response.

Page 27: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 22 of 74

4.1.5. Offerors shall submit a minimum of Three (3) PPQs (Attachment 3).

4.1.6 While the Government may elect to consider data from other sources, the offeror must provide detailed, current, accurate and complete past performance information for evaluation by the Government.

4.2 EVALUATION CRITERIA.

4.2.1 Past Performance Evaluation. The past performance evaluation results in an assessment of the probability that the Offeror will meet the solicitation requirements. The past performance evaluation considers each Offeror’s demonstrated record of performance on recent and relevant projects that involve a similar scope and magnitude of effort and complexities as this solicitation requires. Past Performance will be rated “Acceptable” or “Unacceptable” using the ratings in Table 1.

4.2.2. Past Performance Relevancy Ratings.

Ratings Definitions Relevant Present/past performance effort involved similar scope and magnitude of

effort and complexities this solicitation requires. Not Relevant Present/past performance effort involved little or none of the scope and

magnitude of effort and complexities this solicitation requires.

4.2.3 Performance Evaluation. The Government will evaluate the quality of the Offeror’s past performance using the sources available to it including but not limited to the projects identified by the Offeror and submitted on the PPQs and any additional information about those projects received from references and CPARS. The Government will consider any available CCASS or CPARS information on the relevant projects submitted by the Offeror under this factor. The Government reserves the right to determine an Offeror’s past performance to be Unacceptable if negative past performance information on relevant projects performed by the Offeror but not submitted in response to this solicitation is discovered.

4.2.4 The Government will consider past performance of the offeror and the past performance information submitted on members of a joint venture.

4.2.5 Rating Methodology for Factor 1. The Government will consider the recent and relevant past performance information to assign a past performance evaluation rating identified in the table at paragraph 4.2.7. The be rated “Acceptable” in this factor, Offerors must submit a minimum of three (3) recent, relevant projects (see paragraph 4.1.4.3 above) with verifiable performance ratings of Satisfactory or better demonstrating performance of projects containing the characteristics listed in paragraph 4.1.4.3 and meeting the requirements of the paragraph 4.1.4.2.

Page 28: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 23 of 74

4.2.7 Past Performance Evaluation Ratings

Past Performance Ratings

Rating Description

Acceptable Based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror’s performance record is unknown. (See 4.2.8 below.)

Unacceptable

Based on the offeror’s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort.

4.2.8 If no recent and relevant performance record is available or information is so sparse that no meaningful rating can be reasonably assigned, this factor will be assigned a rating of “Unknown”(FAR 15.305 (a)(2)(iv)). In the context of acceptability/unacceptability, “unknown” shall be considered “acceptable”.

5. TAB I—FACTOR 2- CORPORATE RELEVANT SPECIALIZED EXPERIENCE

5.1 SUBMISSION REQUIREMENTS:

5.1.1 Using PPQs (see Attachment 3) as described above, Offerors shall demonstrate experience on projects meeting the criteria described in paragraphs below. The projects submitted for consideration in Factor 2 shall be the same projects submitted for evaluation in Factor 1.Ensure that the PPQs submitted for this Factor clearly describe the relevant characteristics of the project.

5.1.2 Offerors shall submit a minimum of three (3) projects meeting the criteria in 5.1.2.1 andhaving the characteristics of projects described in 5.1.2.2:

5.1.2.1 Projects with minimum value of no less than $4M and must have been completed within the last ten (10) years prior to the date of the issuance of the solicitation or are at least 50% complete at the date of the issuance of the solicitation.

5.1.2.2 Projects that demonstrate experience with all of the following:

-New construction of Public, Private or Government air traffic control towers or multi-story (eight stories and higher) buildings on deep pile foundations.

Page 29: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 24 of 74

-New construction of operations control centers like an air traffic control tower cab.

-New construction of base airfield operations buildings or building functions comparable toOperations monitoring/control centers, similar to airfield operations facilities containing functions like weather monitoring/reporting, flight operations planning/scheduling, safety monitoring/response.

5.2 EVALUATION

5.2.1 The Offeror’s submission will be evaluated to determine whether the Offeror has experience performing a minimum of three projects meeting the requirements in paragraph 5.1.2 including construction of projects containing all of the characteristics in 5.1.2.2. Each project does not have to contain all of the characteristics but a minimum of three projects must demonstrate experience with all of the characteristics.

5.2.2 Rating Methodology for Factor 2. Factor 2 will be rated using the following adjectival descriptions:

ACCEPTABLE - Proposal meets the requirements of the solicitation.

UNACCEPTABLE – Proposal does not meet the requirements of the solicitation.

6. EVALUATION FACTORS

6.1 NON-COST FACTORS:

FACTOR 1: PAST PERFORMANCE

FACTOR 2: CORPORATE RELEVANT SPECIALIZED EXPERIENCE

7. OVERALL PROPOSAL EVALUATION

7.1 The evaluation will be based on the content of the proposal and any information obtained from other sources, e.g. past performance information. The SST will not consider any documents incorporated by reference.

7.2 Each member of the SST will independently consider all information provided in the proposal. Once these individual analyses are completed, the SST will assign a consensus rating for each evaluation factor. It is the responsibility of each member of the SST to provide and document whether the Offeror meets or does not meet the minimum requirements in order to support the assigned rating for each factor. Comments are required for all ratings.

7.3 The Government will evaluate the proposals beginning with the lowest price to the highest price until it reaches the first responsive and responsible Offeror who achieves

Page 30: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 25 of 74

Acceptable ratings in both factors. That Offeror will be selected for award and the remainder of the proposals will not be evaluated.

8. EXCEPTIONS. Exceptions to the contractual terms and conditions of the solicitation (e.g., standard company terms and conditions) may result in a determination to reject a proposal.

9. RESTRICTIONS. Failure to submit all the data in the format indicated may be cause for determining a proposal incomplete and, therefore, not considered for evaluation, and subsequent award.

10. BASIS FOR AWARD 10.1 Proposals must meet the criteria stated in the RFP in order to be eligible for award, to include responsiveness, responsibility and technical acceptability. A responsibility determination will be made in accordance with Federal Acquisition Regulation (FAR) 9.1.

10.2 In order to determine which proposal(s) represent the best value, proposals will be evaluated against all source selection criteria in this RFP.

10.3 Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. In order to be considered awardable, there must be an “acceptable” rating in both non-price factors. The Government will make award to the lowest priced Offeror who is deemed responsive and responsible and whose price has been determined fair and reasonable.

10.4 The Government reserves the right to reject any and all offers.

10.5 Offerors are reminded to include their best technical and price terms in their initial offer.

Page 31: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 26 of 74

ATTACHMENT 1

VOLUME I – TAB D

PROPOSAL DATA SHEET

PROJECT TITLE: Air Traffic Control Tower/Base Operations

PROJECT LOCATION: SEYMOUR JOHNSON AIR FORCE BASE, NC Wayne County.

1. Name of Firm: Address:

Phone: Fax: E-mail: DUNS # (used for accessing CCASS)

If a joint venture or contractor-subcontractor association of firms, list the individual firms and briefly describe the nature of the association and provide a DUNS number for each firm.

Firm 1:

Firm 2:

Firm 3:

Nature of Association:

2. AUTHORIZED NEGOTIATORS. FAR 52.215-11

The Offeror represents that the following persons are authorized to negotiate on its behalf with the Government in connection with this Request for Proposals (RFP).

Name of Person Authorized to Negotiate: Negotiator’s Address: Negotiator’s Telephone:Negotiator’s E-mail:

Page 32: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 27 of 74

ATTACHMENT 2

TAB H

PAST PERFORMANCE QUESTIONNAIRE ASSESSMENT SHEET

Air Traffic Control Tower/Base Operations Complex

The Offeror’s proposal shall include the Past Performance Questionnaire Summary Sheet to provide a summary of the PPQs included and/or submitted to clients. The summary sheet at a minimum shall include the following: 1) Project name; 2) Team member submitting the project if a joint venture member; 3) Contract Number, 4) Construction percent completed at the time of the solicitation, 5) Scheduled completion date.

No.Project Name Contractor

Contract # Construction% Complete @ Time of Solicitation

Scheduled Completion

Date

1

2

3

4

5

Page 33: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 28 of 74

ATTACHMENT 3 TAB H

NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRE (Form PPQ-0) CONTRACT INFORMATION (Contractor to complete Blocks 1-4) 1. Contractor InformationFirm Name: CAGE Code: Address: DUNs Number: Phone Number: Email Address: Point of Contact: Contact Phone Number: 2. Work Performed as: Prime Contractor Sub Contractor Joint Venture

Other (Explain) Percent of project work performed: If subcontractor, who was the prime (Name/Phone #): 3. Contract InformationContract Number: Delivery/Task Order Number (if applicable): Contract Type: Firm Fixed Price Cost Reimbursement Other (Please specify):Contract Title: Contract Location:

Award Date (mm/dd/yy): Contract Completion Date (mm/dd/yy): Actual Completion Date (mm/dd/yy): Explain Differences:

Original Contract Price (Award Amount): Final Contract Price (to include all modifications, if applicable):Explain Differences:

4. Project Description:Complexity of Work High Med RoutineHow is this project relevant to project of submission? (Please provide details such as similar equipment, requirements, conditions, etc.)

Page 34: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 29 of 74

CLIENT INFORMATION (Client to complete Blocks 5-8)5. Client Information Name: Title:Phone Number: Email Address: 6. Describe the client’s role in the project:

1. 7. Date Questionnaire was completed (mm/dd/yy):

8. Client’s Signature:

NOTE: USACE REQUESTS THAT THE CLIENT COMPLETES THIS QUESTIONNAIRE AND SUBMITS DIRECTLY BACK TO THE OFFEROR. THE OFFEROR WILL SUBMIT THE COMPLETED QUESTIONNAIRE TO USACE WITH THEIR PROPOSAL, AND MAY DUPLICATE THIS QUESTIONNAIRE FOR FUTURE SUBMISSION ON USACE SOLICITATIONS. CLIENTS ARE HIGHLY ENCOURAGED TO SUBMIT QUESTIONNAIRES DIRECTLY TO THE OFFEROR.HOWEVER, QUESTIONNAIRES MAY BE SUBMITTED DIRECTLY TO USACE.PLEASE CONTACT THE OFFEROR FOR USACE POC INFORMATION. THE GOVERNMENT RESERVES THE RIGHT TO VERIFY ANY AND ALL INFORMATION ON THIS FORM.

Page 35: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 30 of 74

ATTACHMENT 3, TAB H ADJECTIVE RATINGS AND DEFINITIONS TO BE USED TO BEST REFLECT

YOUR EVALUATION OF THE CONTRACTOR’S PERFORMANCE

RATING DEFINITION NOTE

(E) Exceptional Performance meets contractual requirements and exceeds many to the Government/Owner’s benefit. The contractual performance of the element or sub-element being assessed was accomplished with few minor problems for which corrective actions taken by the contractor was highly effective.

An Exceptional rating is appropriate when the Contractor successfully performed multiple significant events that were of benefit to the Government/Owner. A singular benefit, however, could be of such magnitude that it alone constitutes an Exceptional rating. Also, there should have been NO significant weaknesses identified.

(VG) Very Good

Performance meets contractual requirements and exceeds some to the Government’s/Owner’s benefit. The contractual performance of the element or sub-element being assessed was accomplished with some minor problems for which corrective actions taken by the contractor were effective.

A Very Good rating is appropriate when the Contractor successfully performed a significant event that was a benefit to the Government/Owner. There should have been no significant weaknesses identified.

(S) Satisfactory Performance meets minimum contractual requirements. The contractual performance of the element or sub-element contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory.

A Satisfactory rating is appropriate when there were only minor problems, or major problems that the contractor recovered from without impact to the contract. There should have been NO significant weaknesses identified. Per DOD policy, a fundamental principle of assigning ratings is that contractors will not be assessed a rating lower than Satisfactory solely for not performing beyond the requirements of the contract.

Page 36: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 31 of 74

(M) Marginal Performance does not meet some contractual requirements. The contractual performance of the element or sub-element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions. The contractor's proposed actions appear only marginally effective or were not fully implemented.

A Marginal is appropriate when a significant event occurred that the contractor had trouble overcoming which impacted the Government/Owner.

(U)Unsatisfactory

Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub-element contains serious problem(s) for which the contractor's corrective actions appear or were ineffective.

An Unsatisfactory rating is appropriate when multiple significant events occurred that the contractor had trouble overcoming and which impacted the Government/Owner. A singular problem, however, could be of such serious magnitude that it alone constitutes an unsatisfactory rating.

(N) Not Applicable

No information or did not apply to your contract

Rating will be neither positive nor negative.

Page 37: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 32 of 74

ATTACHMENT 3, TAB H TO BE COMPLETED BY CLIENT

PLEASE CIRCLE THE ADJECTIVE RATING WHICH BEST REFLECTS YOUR EVALUATION OF THE CONTRACTOR’S PERFORMANCE.

1. QUALITY:

a) Quality of technical data/report preparation efforts E VG S M U N

b) Ability to meet quality standards specified for technical performance E VG S M U N

c) Timeliness/effectiveness of contract problem resolution without extensive customer guidance E VG S M U N

d) Adequacy/effectiveness of quality control program and adherence to contract quality assurance requirements (without adverse effect on performance)

E VG S M U N

2. SCHEDULE/TIMELINESS OF PERFORMANCE:

a) Compliance with contract delivery/completion schedules including any significant intermediate milestones. (If liquidated damages were assessed or the schedule was not met, please address below)

E VG S M U N

b) Rate the contractor’s use of available resources to accomplish tasks identified in the contract E VG S M U N

3. CUSTOMER SATISFACTION:

a) To what extent were the end users satisfied with the project? E VG S M U N

b) Contractor was reasonable and cooperative in dealing with your staff (including the ability to successfully resolve disagreements/disputes; responsiveness to administrative reports, businesslike and communication)

E VG S M U N

c) To what extent was the contractor cooperative, businesslike, and concerned with the interests of the customer? E VG S M U N

d) Overall customer satisfaction E VG S M U N

4. MANAGEMENT/ PERSONNEL/LABOR

a) Effectiveness of on-site management, including management of subcontractors, suppliers, materials, and/or labor force? E VG S M U N

b) Ability to hire, apply, and retain a qualified workforce to this effort E VG S M U N

c) Government Property Control E VG S M U N

Page 38: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 33 of 74

d) Knowledge/expertise demonstrated by contractor personnel E VG S M U N

e) Utilization of Small Business concerns E VG S M U N

f) Ability to simultaneously manage multiple projects with multiple disciplines E VG S M U N

g) Ability to assimilate and incorporate changes in requirements and/or priority, including planning, execution and response to Government changes

E VG S M U N

h) Effectiveness of overall management (including ability to effectively lead, manage and control the program) E VG S M U N

5. COST/FINANCIAL MANAGEMENT

a) Ability to meet the terms and conditions within the contractually agreed price(s)? E VG S M U N

b) Contractor proposed innovative alternative methods/processes that reduced cost, improved maintainability or other factors that benefited the client

E VG S M U N

c) If this is/was a Government cost type contract, please rate the Contractor’s timeliness and accuracy in submitting monthly invoices with appropriate back-up documentation, monthly status reports/budget variance reports, compliance with established budgets and avoidance of significant and/or unexplained variances (under runs or overruns)

E VG S M U N

d) Is the Contractor’s accounting system adequate for management and tracking of costs? If no, please explain in Remarks section.

Yes No

e) If this is/was a Government contract, has/was this contract been partially or completely terminated for default or convenience or are there any pending terminations? Indicate if show cause or cure notices were issued, or any default action in comment section below.

Yes No

f) Have there been any indications that the contractor has had any financial problems? If yes, please explain below. Yes No

6. SAFETY/SECURITY a) To what extent was the contractor able to maintain an environment of safety, adhere to its approved safety plan, and respond to safety issues? (Includes: following the users rules, regulations, and requirements regarding housekeeping, safety, correction of noted deficiencies, etc.)

E VG S M U N

b) Contractor complied with all security requirements for the project and personnel security requirements. E VG S M U N

Page 39: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 34 of 74

7. GENERAL

a) Ability to successfully respond to emergency and/or surge situations (including notifying COR, PM or Contracting Officer in a timely manner regarding urgent contractual issues).

E VG S M U N

b) Compliance with contractual terms/provisions (explain if specific issues) E VG S M U N

c) Would you hire or work with this firm again? (If no, please explain below) Yes No

d) In summary, provide an overall rating for the work performed by this contractor. E VG S M U N

ATTACHMENT 3, TAB H

Please provide responses to the questions above (if applicable) and/or additional remarks. Furthermore, please provide a brief narrative addressing specific strengths, weaknesses, deficiencies, or other comments which may assist our office in evaluating performance risk (please attach additional pages if necessary):

Page 40: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 35 of 74

Section 00 21 16 - Instructions to Proposers

CLAUSES INCORPORATED BY REFERENCE

52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.215-1 Instructions to Offerors--Competitive Acquisition JAN 2004 52.222-5 Construction Wage Rate Requirements--Secondary Site of the

Work MAY 2014

52.225-12 Notice of Buy American Requirement - Construction Materials Under Trade Agreements

MAY 2014

252.204-7004 Alt A System for Award Management Alternate A FEB 2014

CLAUSES INCORPORATED BY FULL TEXT

52.204-7 SYSTEM FOR AWARD MANAGEMENT (JULY 2013)

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

Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities.

Data Universal Numbering System +4 (DUNS+4) number means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same parent concern.

Registered in the System for Award Management SAM database means that--

(1) The offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14) into the SAM database;

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

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

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

(b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.

(2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS +4” followed by the DUNS or DUNS +4 number that identifies the offeror's name and address

Page 41: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 36 of 74

exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database.

(c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.

(1) An offeror may obtain a DUNS number--

(i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or

(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office.

(2) The offeror should be prepared to provide the following information:

(i) Company legal business.

(ii) Tradestyle, doing business, or other name by which your entity is commonly recognized.

(iii) Company Physical Street Address, City, State, and Zip Code.

(iv) Company Mailing Address, City, State and Zip Code (if separate from physical).

(v) Company Telephone Number.

(vi) Date the company was started.

(vii) Number of employees at your location.

(viii) Chief executive officer/key manager.

(ix) Line of business (industry).

(x) Company Headquarters name and address (reporting relationship within your entity).

(d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.

(e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation.

(f) Offerors may obtain information on registration at https://www.acquisition.gov.

(End of clause)

CLAUSES INCORPORATED BY FULL TEXT

52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (APR 2008)

Any contract awarded as a result of this solicitation will be DO C2 rated order certified for national defense,

Page 42: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 37 of 74

emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. [Contracting Officer check appropriate box.]

(End of provision)

CLAUSES INCORPORATED BY FULL TEXT

52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation.

(End of provision)

CLAUSES INCORPORATED BY FULL TEXT

52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999)

(a) The offeror's attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation.

(b) The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows:

Goals for minority participation for each trade

Goals for female participation for each trade

31.7% 6.9%

These goals are applicable to all the Contractor's construction work performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, the Contractor shall apply the goals established for the geographical area where the work is actually performed. Goals are published periodically in the Federal Register in notice form, and these notices may be obtained from any Office of Federal Contract Compliance Programs office.

(c) The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 41 CFR 60-4 shall be based on (1) its implementation of the Equal Opportunity clause, (2) specific affirmative action obligations required by the clause entitled "Affirmative Action Compliance Requirements for Construction,'' and (3) its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade. The Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor, or from project to project, for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, Executive Order 11246, as amended, and the regulations in 41 CFR 60-4. Compliance with the goals will be measured against the total work hours performed.

Page 43: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 38 of 74

(d) The Contractor shall provide written notification to the Deputy Assistant Secretary for Federal Contract Compliance, U.S. Department of Labor, within 10 working days following award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the --

(1) Name, address, and telephone number of the subcontractor;

(2) Employer's identification number of the subcontractor;

(3) Estimated dollar amount of the subcontract;

(4) Estimated starting and completion dates of the subcontract; and

(5) Geographical area in which the subcontract is to be performed.

(e) As used in this Notice, and in any contract resulting from this solicitation, the "covered area" is Seymour-Johnson Air Force Base, North Carolina, Wayne County.

(End of provision)

CLAUSES INCORPORATED BY FULL TEXT

52.233-2 SERVICE OF PROTEST (SEP 2006)

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from

USACE, Savannah District Nina G. Crow, Contracting Officer 100 W. Oglethorpe Avenue Savannah, GA 31401-3640

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of provision)

CLAUSES INCORPORATED BY FULL TEXT

52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) – ALTERNATE I (FEB 1995)

(a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed.

(b) An organized site visit has been scheduled for--

Page 44: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 39 of 74

25 August 2016 at 1330 hrs

(c) Participants will meet at-- Base Visitors Center gate at S. Berkeley Blvd in Goldsboro, NC

POC: Mr. Steve Blanchard 919-722-5869

(End of provision)

52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)

(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision.

(b) The use in this solicitation of any FAR or DFARS (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of provision)

Page 45: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 40 of 74

Section 00 22 16 - Supplementary Instructions to Proposers

CLAUSES INCORPORATED BY REFERENCE

52.217-4 Evaluation Of Options Exercised At The Time Of Contract Award

JUN 1988

52.217-5 Evaluation Of Options JUL 1990

Page 46: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 41 of 74

Section 00 45 00 - Representations and Certifications

CLAUSES INCORPORATED BY REFERENCE

52.204-19 Incorporation by Reference of Representations and Certifications.

DEC 2014

52.209-7 Information Regarding Responsibility Matters JUL 2013 52.236-28 Preparation of Proposals--Construction OCT 1997 252.203-7005 Representation Relating to Compensation of Former DoD

OfficialsNOV 2011

252.203-7005 Representation Relating to Compensation of Former DoD Officials

NOV 2011

252.203-7996 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2016-O0003)

OCT 2015

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls

DEC 2015

CLAUSES INCORPORATED BY FULL TEXT

52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (APR 2016)

(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 236220.

(2) The small business size standard is $36,500,000.00.

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

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

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

( ) Paragraph (d) applies.

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

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

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

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

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

Page 47: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 42 of 74

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

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

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

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

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

(B) Exceed the simplified acquisition threshold; and

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

(v) 52.209-2; Prohibition on Contracting with Inverted Domestic Corporations--Representation.

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

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

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

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

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

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

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

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

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

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

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

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

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

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

Page 48: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 43 of 74

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

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

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

(C) If the acquisition value is $50,000 or more but is less than $77,533, the provision with its Alternate II applies.

(D) If the acquisition value is $77,533 or more but is less than $100,000, the provision with its Alternate III applies.

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

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

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

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

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

[Contracting Officer check as appropriate.]

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

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

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

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

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

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

(vii) 52.227-6, Royalty Information.

(A) Basic.

(B) Alternate I.

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

(d) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by

Page 49: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 44 of 74

reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. ------------------------------------------------------------------------FAR Clause Title Date Change ------------------------------------------------------------------------------ ---------- ------ ------ ------------------------------------------------------------------------

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

(End of provision)

52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (JUL 2016)

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

Commercial and Government Entity (CAGE) code means—

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

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

Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner.

Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees.

(b) The Offeror represents that it [ ___ ] has or [ ___ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (c) and if applicable, paragraph (d) of this provision for each participant in the joint venture.

(c) If the Offeror indicates ``has'' in paragraph (b) of this provision, enter the following information:

Immediate owner CAGE code: ___Immediate owner legal name: ___

(Do not use a ``doing business as'' name)

Page 50: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 45 of 74

Is the immediate owner owned or controlled by another entity?: [ ___ ] Yes or [ ___ ] No.

(d) If the Offeror indicates ``yes'' in paragraph (c) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information:

Highest-level owner CAGE code: ___Highest-level owner legal name: ___

(Do not use a ``doing business as'' name)

(End of provision)

52.204-20 Predecessor of Offeror (JUL 2016)

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

Commercial and Government Entity (CAGE) code means--

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

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

Predecessor means an entity that is replaced by a successor and includes any predecessors of the predecessor.

Successor means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term “successor” does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances.

(b) The Offeror represents that it [____] is or [____] is not a successor to a predecessor that held a Federal contract or grant within the last three years.

(c) If the Offeror has indicated “is” in paragraph (b) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order):

Predecessor CAGE code: ____ (or mark “Unknown”).

Predecessor legal name: ____.

(Do not use a “doing business as” name).

(End of provision)

Page 51: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 46 of 74

52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR AFELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016)

(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that--

(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or

(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

(b) The Offeror represents that--

(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and

(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(End of provision)

52.209-12 CERTIFICATION REGARDING TAX MATTERS (FEB 2016)

(a) This provision implements section 523 of Division B of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts.

(b) If the Offeror is proposing a total contract price that will exceed $5,000,000 (including options), the Offeror shall certify that, to the best of its knowledge and belief, it--

(1) Has [ ] filed all Federal tax returns required during the three years preceding the certification;

(2) Has not [ ] been convicted of a criminal offense under the Internal Revenue Code of 1986; and

(3) Has not [ ], more than 90 days prior to certification, been notified of any unpaid Federal tax assessment for which the liability remains unsatisfied, unless the assessment is the subject of an installment agreement or offer in compromise that has been approved by the Internal Revenue Service and is not in default, or the assessment is the subject of a non-frivolous administrative or judicial proceeding.

Page 52: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 47 of 74

(End of provision)

252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2015)

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

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

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

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

(iii) 252.222-7007, Representation Regarding Combating Trafficking in Persons, as prescribed in 222.1771. Applies to solicitations with a value expected to exceed the simplified acquisition threshold.

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

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

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

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

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

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

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

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

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

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

____ Use with Alternate I.

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

Page 53: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 48 of 74

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

____ Use with Alternate I.

____ Use with Alternate II.

____ Use with Alternate III.

____ Use with Alternate IV.

____ Use with Alternate V.

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

FAR/DFARS Clause # Title Date Change

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

(End of provision)

252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW—FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014)

(a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that— (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

(b) The Offeror represents that—

Page 54: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 49 of 74

(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which alljudicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,

(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(End of provision)

Page 55: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 50 of 74

Section 00 70 00 - Conditions Of The Contract

CLAUSES INCORPORATED BY REFERENCE

52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures MAY 2014 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal

or Improper Activity MAY 2014

52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal

TransactionsOCT 2010

52.203-13 Contractor Code of Business Ethics and Conduct OCT 2015 52.203-17 Contractor Employee Whistleblower Rights and Requirement

To Inform Employees of Whistleblower Rights APR 2014

52.204-2 Security Requirements AUG 1996 52.204-2 Alt II Security Requirements (Aug 1996) - Alternate II APR 1984 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber

Content Paper MAY 2011

52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier

Subcontract Awards OCT 2015

52.204-13 System for Award Management Maintenance JUL 2013 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.209-6 Protecting the Government's Interest When Subcontracting

With Contractors Debarred, Suspended, or Proposed for Debarment

OCT 2015

52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters

JUL 2013

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations

NOV 2015

52.211-15 Defense Priority And Allocation Requirements APR 2008 52.215-2 Audit and Records--Negotiation OCT 2010 52.215-11 Price Reduction for Defective Certified Cost or Pricing Data--

Modifications AUG 2011

52.215-13 Subcontractor Certified Cost or Pricing Data--Modifications OCT 2010 52.219-4 Notice of Price Evaluation Preference for HUBZone Small

Business Concerns OCT 2014

52.219-8 Utilization of Small Business Concerns OCT 2014 52.219-9 Small Business Subcontracting Plan OCT 2015 52.219-16 Liquidated Damages-Subcontracting Plan JAN 1999 52.219-28 Post-Award Small Business Program Rerepresentation JUL 2013 52.222-3 Convict Labor JUN 2003 52.222-4 Contract Work Hours and Safety Standards- Overtime

Compensation MAY 2014

52.222-6 Construction Wage Rate Requirements MAY 2014 52.222-7 Withholding of Funds MAY 2014 52.222-8 Payrolls and Basic Records MAY 2014 52.222-9 Apprentices and Trainees JUL 2005 52.222-10 Compliance with Copeland Act Requirements FEB 1988 52.222-11 Subcontracts (Labor Standards) MAY 2014

Page 56: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 51 of 74

52.222-12 Contract Termination-Debarment MAY 2014 52.222-13 Compliance With Construction Wage Rate Requirements and

Related Regulations MAY 2014

52.222-14 Disputes Concerning Labor Standards FEB 1988 52.222-15 Certification of Eligibility MAY 2014 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-26 Equal Opportunity APR 2015 52.222-27 Affirmative Action Compliance Requirements for

Construction APR 2015

52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-37 Employment Reports on Veterans FEB 2016 52.222-40 Notification of Employee Rights Under the National Labor

Relations Act DEC 2010

52.222-50 Combating Trafficking in Persons MAR 2015 52.222-54 Employment Eligibility Verification OCT 2015 52.222-55 Minimum Wages Under Executive Order 13658 DEC 2015 52.223-2 Affirmative Procurement of Biobased Products Under Service

and Construction Contracts SEP 2013

52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-6 Drug-Free Workplace MAY 2001 52.223-15 Energy Efficiency in Energy-Consuming Products DEC 2007 52.223-17 Affirmative Procurement of EPA-Designated Items in Service

and Construction Contracts MAY 2008

52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving

AUG 2011

52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright

Infringement DEC 2007

52.227-4 Patent Indemnity-Construction Contracts DEC 2007 52.228-2 Additional Bond Security OCT 1997 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.228-11 Pledges Of Assets JAN 2012 52.228-12 Prospective Subcontractor Requests for Bonds MAY 2014 52.228-15 Performance and Payment Bonds--Construction OCT 2010 52.229-2 North Carolina State and Local Sales and Use Tax APR 1984 52.229-3 Federal, State And Local Taxes FEB 2013 52.232-5 Payments under Fixed-Price Construction Contracts MAY 2014 52.232-17 Interest MAY 2014 52.232-23 Assignment Of Claims MAY 2014 52.232-27 Prompt Payment for Construction Contracts MAY 2014 52.232-33 Payment by Electronic Funds Transfer--System for Award

Management JUL 2013

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

DEC 2013

52.233-1 Disputes MAY 2014 52.233-1 Alt I Disputes (May 2014) - Alternate I DEC 1991 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.236-2 Differing Site Conditions APR 1984 52.236-3 Site Investigation and Conditions Affecting the Work APR 1984 52.236-5 Material and Workmanship APR 1984 52.236-6 Superintendence by the Contractor APR 1984

Page 57: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 52 of 74

52.236-7 Permits and Responsibilities NOV 1991 52.236-8 Other Contracts APR 1984 52.236-9 Protection of Existing Vegetation, Structures, Equipment,

Utilities, and Improvements APR 1984

52.236-10 Operations and Storage Areas APR 1984 52.236-11 Use and Possession Prior to Completion APR 1984 52.236-12 Cleaning Up APR 1984 52.236-13 Accident Prevention NOV 1991 52.236-13 Alt I Accident Prevention (Nov 1991) - Alternate I NOV 1991 52.236-14 Availability and Use of Utility Services APR 1984 52.236-15 Schedules for Construction Contracts APR 1984 52.236-17 Layout of Work APR 1984 52.236-21 Specifications and Drawings for Construction FEB 1997 52.236-21 Alt I Specifications and Drawings for Construction (Feb 1997) -

Alternate IAPR 1984

52.236-26 Preconstruction Conference FEB 1995 52.242-13 Bankruptcy JUL 1995 52.242-14 Suspension of Work APR 1984 52.243-4 Changes JUN 2007 52.244-6 Subcontracts for Commercial Items JUN 2016 52.246-21 Warranty of Construction MAR 1994 52.246-21 Alt I Warranty of Construction (Mar 1994) - Alternate I APR 1984 52.248-3 Value Engineering-Construction OCT 2015 52.249-2 Termination For Convenience Of The Government (Fixed-

Price)APR 2012

52.249-2 Alt I Termination for Convenience of the Government (Fixed-Price) (Apr 2012) - Alternate I

SEP 1996

52.249-10 Default (Fixed-Price Construction) APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD

OfficialsSEP 2011

252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies

DEC 2008

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7003 Agency Office of the Inspector General DEC 2012 252.203-7003 Agency Office of the Inspector General DEC 2012 252.203-7997 (Dev) Prohibition on Contracting with Entities that Require Certain

Internal Confidentiality Agreements (Deviation 2016-O0003) OCT 2015

252.204-7000 Disclosure Of Information AUG 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7012 Safeguarding Covered Defense Information and Cyber

Incident Reporting. DEC 2015

252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By

The Government of a Country that is a State Sponsor of Terrorism

OCT 2015

252.215-7000 Pricing Adjustments DEC 2012 252.219-7003 Small Business Subcontracting Plan (DOD Contracts)--Basic MAR 2016 252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements DEC 2010 252.223-7001 Hazard Warning Labels DEC 1991 252.223-7004 Drug Free Work Force SEP 1988 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or

Hazardous MaterialsSEP 2014

Page 58: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 53 of 74

252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7012 Preference For Certain Domestic Commodities FEB 2013 252.227-7022 Government Rights (Unlimited) MAR 1979 252.227-7023 Drawings and Other Data to become Property of Government MAR 1979 252.227-7033 Rights in Shop Drawings APR 1966 252.231-7000 Supplemental Cost Principles DEC 1991 252.232-7003 Electronic Submission of Payment Requests and Receiving

Reports JUN 2012

252.232-7010 Levies on Contract Payments DEC 2006 252.236-7000 Modification Proposals-Price Breakdown DEC 1991 252.236-7005 Airfield Safety Precautions DEC 1991 252.236-7013 Requirement for Competition Opportunity for American Steel

Producers, Fabricators, and Manufacturers JUN 2013

252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.246-7003 Notification of Potential Safety Issues JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000

CLAUSES INCORPORATED BY FULL TEXT

52.215-21 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA -- MODIFICATIONS (OCT 2010)--ALTERNATE III (OCT 1997)

(a) Exceptions from cost or pricing data. (1) In lieu of submitting cost or pricing data for modifications under this contract, for price adjustments expected to exceed the threshold set forth at FAR 15.403-4 on the date of the agreement on price or the date of the award, whichever is later, the Contractor may submit a written request for exception by submitting the information described in the following subparagraphs. The Contracting Officer may require additional supporting information, but only to the extent necessary to determine whether an exception should be granted, and whether the price is fair and reasonable--

(i) Identification of the law or regulation establishing the price offered. If the price is controlled under law by periodic rulings, reviews, or similar actions of a governmental body, attach a copy of the controlling document, unless it was previously submitted to the contracting office.

(ii) Information on modifications of contracts or subcontracts for commercial items. (A) If--

(1) The original contract or subcontract was granted an exception from cost or pricing data requirements because the price agreed upon was based on adequate price competition or prices set by law or regulation, or was a contract or subcontract for the acquisition of a commercial item; and

(2) The modification (to the contract or subcontract) is not exempted based on one of these exceptions, then the Contractor may provide information to establish that the modification would not change the contract or subcontract from a contract or subcontract for the acquisition of a commercial item to a contract or subcontract for the acquisition of an item other than a commercial item.

(B) For a commercial item exception, the Contractor shall provide, at a minimum, information on prices at which the same item or similar items have previously been sold that is adequate for evaluating the reasonableness of the price of the modification. Such information may include--

(1) For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered

Page 59: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 54 of 74

items, or a statement that the catalog is on file in the buying office to which the proposal is being submitted. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities.

(2) For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market.

(3) For items included on an active Federal Supply Service Multiple Award Schedule contract, proof that an exception has been granted for the schedule item.

(2) The Contractor grants the Contracting Officer or an authorized representative the right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify any request for an exception under this clause, and the reasonableness of price. For items priced using catalog or market prices, or law or regulation , access does not extend to cost or profit information or other data relevant solely to the Contractor's determination of the prices to be offered in the catalog or marketplace.

(b) Requirements for cost or pricing data. If the Contractor is not granted an exception from the requirement to submit cost or pricing data, the following applies:

(1) The Contractor shall submit cost or pricing data and supporting attachments in accordance with Table 15-2 of FAR 15.408.

(c) Submit the cost portion of the proposal via the following electronic media: ARMDEC website Volume IAs soon as practicable after agreement on price, but before award (except for unpriced actions), the Contractor shall submit a Certificate of Current Cost or Pricing Data, as prescribed by FAR 15.406-2.

(End of clause)

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

The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 90 days after receipt of notice to proceed when exercising options 1-6. The Contracting Officer may exercise Options 7-9 at anytime during the performance period for CLIN 0001, 0002, 0003 the base bid items. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.

(End of clause)

52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JULY 2013)

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

Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.

Page 60: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 55 of 74

Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is ``not dominant in its field of operation'' when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity.

(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following:

(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.

(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract.

(3) For long-term contracts--

(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and

(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.

(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards.

(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees.

(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. TheContractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update.

(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.

(g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:

The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code 236220- assigned to contract number TBD.

(Contractor to sign and date and insert authorized signer's name and title).

Page 61: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 56 of 74

(End of clause)

52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)

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

``Active duty wartime or campaign badge veteran,'' ``Armed Forces service medal veteran,'' ``disabled veteran,'' ``protected veteran,'' ``qualified disabled veteran,'' and ``recently separated veteran'' have the meanings given at FAR 22.1301.

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

(c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts of $150,000 or more unless exempted by rules, regulations, or orders of the Secretary of Labor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings.

(End of clause)

52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997)

(a) "Hazardous material", as used in this clause, includes any material defined as hazardous under the latest version of Federal Standard No. 313 (including revisions adopted during the term of the contract).

(b) The offeror must list any hazardous material, as defined in paragraph (a) of this clause, to be delivered under this contract. The hazardous material shall be properly identified and include any applicable identification number, such as National Stock Number or Special Item Number. This information shall also be included on the Material Safety Data Sheet submitted under this contract.

Material Identification No. (If none,insert "None")

___ ___

___ ___

___ ___

(c) This list must be updated during performance of the contract whenever the Contractor determines that any other material to be delivered under this contract is hazardous.

Page 62: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 57 of 74

(d) The apparently successful offeror agrees to submit, for each item as required prior to award, a Material Safety Data Sheet, meeting the requirements of 29 CFR 1910.1200(g) and the latest version of Federal Standard No. 313, for all hazardous material identified in paragraph (b) of this clause. Data shall be submitted in accordance with Federal Standard No. 313, whether or not the apparently successful offeror is the actual manufacturer of these items. Failure to submit the Material Safety Data Sheet prior to award may result in the apparently successful offeror being considered nonresponsible and ineligible for award.

(e) If, after award, there is a change in the composition of the item(s) or a revision to Federal Standard No. 313, which renders incomplete or inaccurate the data submitted under paragraph (d) of this clause, the Contractor shall promptly notify the Contracting Officer and resubmit the data.

(f) Neither the requirements of this clause nor any act or failure to act by the Government shall relieve the Contractor of any responsibility or liability for the safety of Government, Contractor, or subcontractor personnel or property.

(g) Nothing contained in this clause shall relieve the Contractor from complying with applicable Federal, State, and local laws, codes, ordinances, and regulations (including the obtaining of licenses and permits) in connection with hazardous material.

(h) The Government's rights in data furnished under this contract with respect to hazardous material are as follows:

(1) To use, duplicate and disclose any data to which this clause is applicable. The purposes of this right are to--

(i) Apprise personnel of the hazards to which they may be exposed in using, handling, packaging, transporting, or disposing of hazardous materials;

(ii) Obtain medical treatment for those affected by the material; and

(iii) Have others use, duplicate, and disclose the data for the Government for these purposes.

(2) To use, duplicate, and disclose data furnished under this clause, in accordance with subparagraph (h)(1) of this clause, in precedence over any other clause of this contract providing for rights in data.

(3) The Government is not precluded from using similar or identical data acquired from other sources.

(End of clause)

52.225-11 BUY AMERICAN--CONSTRUCTION MATERIALS UNDER TRADE AGREEMENTS (FEB 2016)

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

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

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

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

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

Page 63: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 58 of 74

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

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

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

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

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

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

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

Cost of components means--

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

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

Designated country means any of the following countries:

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

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

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

Page 64: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 59 of 74

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

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

Domestic construction material means--

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

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

(i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind for which nonavailability determinations have been made are treated as domestic; or

(ii) The construction material is a COTS item.

Foreign construction material means a construction material other than a domestic construction material.

Least developed country construction material means a construction material that--

(1) Is wholly the growth, product, or manufacture of a least developed country; or

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

“Free Trade Agreement country construction material” means a construction material that—

(1) Is wholly the growth, product, or manufacture of a Free Trade Agreement (FTA) country; or

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

“Least developed country construction material” means a construction material that—

(1) Is wholly the growth, product, or manufacture of a least developed country; or

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

United States means the 50 States, the District of Columbia, and outlying areas.

WTO GPA country construction material means a construction material that--

(1) Is wholly the growth, product, or manufacture of a WTO GPA country; or

Page 65: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 60 of 74

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

(b) Construction materials.

(1) This clause implements 41 U.S.C. chapter 83, Buy American, by providing a preference for domestic construction material. In accordance with 41 U.S.C. 1907, the component test of the Buy American statute is waived for construction material that is a COTS item. (See FAR 12.505(a)(2)). In addition, the Contracting Officer has determined that the WTO GPA and Free Trade Agreements (FTAs) apply to this acquisition. Therefore, the Buy American restrictions are waived for designated country construction materials.

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

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

none

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

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

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

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

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

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

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

(B) Unit of measure;

(C) Quantity;

(D) Price;

(E) Time of delivery or availability;

(F) Location of the construction project;

(G) Name and address of the proposed supplier; and

(H) A detailed justification of the reason for use of foreign construction materials cited in accordance with paragraph (b)(3) of this clause.

Page 66: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 61 of 74

(ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed price comparison table in the format in paragraph (d) of this clause.

(iii) The price of construction material shall include all delivery costs to the construction site and any applicable duty (whether or not a duty-free certificate may be issued).

(iv) Any Contractor request for a determination submitted after contract award shall explain why the Contractor could not reasonably foresee the need for such determination and could not have requested the determination before contract award. If the Contractor does not submit a satisfactory explanation, the Contracting Officer need not make a determination.

(2) If the Government determines after contract award that an exception to the Buy American statute applies and the Contracting Officer and the Contractor negotiate adequate consideration, the Contracting Officer will modify the contract to allow use of the foreign construction material. However, when the basis for the exception is the unreasonable price of a domestic construction material, adequate consideration is not less than the differential established in paragraph (b)(4)(i) of this clause.

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

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

Foreign and Domestic Construction Materials Price Comparison ---------------------------------------------------------------------------------------------------------------- Construction material description Unit of measure Quantity Price (dollars) \1\ ----------------------------------------------------------------------------------------------------------------Item 1: Foreign construction material.... ....................... ....................... ....................... Domestic construction material... ....................... ....................... ....................... Item 2: Foreign construction material.... ....................... ....................... ....................... Domestic construction material... ....................... ....................... ....................... ----------------------------------------------------------------------------------------------------------------\1\ Include all delivery costs to the construction site and any applicable duty (whether or not a duty-free entry certificate is issued). List name, address, telephone number, and contact for suppliers surveyed. Attach copy of response; if oral, attach summary. Include other applicable supporting information.

(End of clause)

52.228-1 BID GUARANTEE (SEP 1996)

(a) Failure to furnish a bid guarantee in the proper form and amount, by the time set for opening of bids, may be cause for rejection of the bid.

(b) The bidder shall furnish a bid guarantee in the form of a firm commitment, e.g., bid bond supported by good and sufficient surety or sureties acceptable to the Government, postal money order, certified check, cashier's check, irrevocable letter of credit, or, under Treasury Department regulations, certain bonds or notes of the United States.

Page 67: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 62 of 74

The Contracting Officer will return bid guarantees, other than bid bonds, (1) to unsuccessful bidders as soon as practicable after the opening of bids, and (2) to the successful bidder upon execution of contractual documents and bonds (including any necessary coinsurance or reinsurance agreements), as required by the bid as accepted.-

(c) The amount of the bid guarantee shall be 20 percent of the bid price or $3M, whichever is less.-

(d) If the successful bidder, upon acceptance of its bid by the Government within the period specified for acceptance, fails to execute all contractual documents or furnish executed bond(s) within 10 days after receipt of the forms by the bidder, the Contracting Officer may terminate the contract for default.-

(e) In the event the contract is terminated for default, the bidder is liable for any cost of acquiring the work that exceeds the amount of its bid, and the bid guarantee is available to offset the difference.

(End of provision)

52.228-14 IRREVOCABLE LETTER OF CREDIT (NOV 2014)

(a) “Irrevocable letter of credit” (ILC), as used in this clause, means a written commitment by a federally insured financial institution to pay all or part of a stated amount of money, until the expiration date of the letter, upon presentation by the Government (the beneficiary) of a written demand therefor. Neither the financial institution nor the offeror/Contractor can revoke or condition the letter of credit.

(b) If the offeror intends to use an ILC in lieu of a bid bond, or to secure other types of bonds such as performance and payment bonds, the letter of credit and letter of confirmation formats in paragraphs (e) and (f) of this clause shall be used.

(c) The letter of credit shall be irrevocable, shall require presentation of no document other than a written demand and the ILC (including confirming letter, if any), shall be issued/confirmed by an acceptable federally insured financial institution as provided in paragraph (d) of this clause, and--

(1) If used as a bid guarantee, the ILC shall expire no earlier than 60 days after the close of the bid acceptance period;

(2) If used as an alternative to corporate or individual sureties as security for a performance or payment bond, the offeror/Contractor may submit an ILC with an initial expiration date estimated to cover the entire period for which financial security is required or may submit an ILC with an initial expiration date that is a minimum period of one year from the date of issuance. The ILC shall provide that, unless the issuer provides the beneficiary written notice of non-renewal at least 60 days in advance of the current expiration date, the ILC is automatically extended without amendment for one year from the expiration date, or any future expiration date, until the period of required coverage is completed and the Contracting Officer provides the financial institution with a written statement waiving the right to payment. The period of required coverage shall be:

(i) For contracts subject to 40 U.S.C. chapter 31, subchapter III, Bonds, the later of--

(A) One year following the expected date of final payment;

(B) For performance bonds only, until completion of any warranty period; or

(C) For payment bonds only, until resolution of all claims filed against the payment bond during the one-year period following final payment.

(ii) For contracts not subject to the Miller Act, the later of--

Page 68: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 63 of 74

(A) 90 days following final payment; or

(B) For performance bonds only, until completion of any warranty period.

(d)(1) Only federally insured financial institutions rated investment grade by a commercial rating service shall issue or confirm the ILC.

(2) Unless the financial institution issuing the ILC had letter of credit business of at least $25 million in the past year, ILCs over $5 million must be confirmed by another acceptable financial institution that had letter of credit business of at least $25 million in the past year.

(3) The Offeror/Contractor shall provide the Contracting Officer a credit rating that indicates the financial institutions have the required credit rating as of the date of issuance of the ILC.

(4) The current rating for a financial institution is available through any of the following rating services registered with the U.S. Securities and Exchange Commission (SEC) as a Nationally Recognized Statistical Rating Organization (NRSRO). NRSRO's can be located at the Web site http://www.sec.gov/answers/nrsro.htmmaintained by the SEC.

(e) The following format shall be used by the issuing financial institution to create an ILC:

___[Issuing Financial Institution's Letterhead or Name and Address]

Issue Date _ ___

IRREVOCABLE LETTER OF CREDIT NO. ___

Account party's name ___ _

Account party's address ___ _

For Solicitation No. ___ _(for reference only)

TO: [ ___ U.S. Government agency]

[ ___ U.S. Government agency's address]

1. We hereby establish this irrevocable and transferable Letter of Credit in your favor for one or more drawings up to United States $ ___ . This Letter of Credit is payable at [issuing financial institution's and, if any, confirming financial institution's] office at [ ___ issuing financial institution's address and, if any, confirming financial institution's address] and expires with our close of business on ___ , or any automatically extended expiration date.

2. We hereby undertake to honor your or the transferee's sight draft(s) drawn on the issuing or, if any, the confirming financial institution, for all or any part of this credit if presented with this Letter of Credit and confirmation, if any, at the office specified in paragraph 1 of this Letter of Credit on or before the expiration date or any automatically extended expiration date.

3. [This paragraph is omitted if used as a bid guarantee, and subsequent paragraphs are renumbered.] It is a condition of this Letter of Credit that it is deemed to be automatically extended without amendment for one year from the expiration date hereof, or any future expiration date, unless at least 60 days prior to any expiration date, we notify you or the transferee by registered mail, or other receipted means of delivery, that we elect not to consider this Letter of Credit renewed for any such additional period. At the time we notify you, we also agree to notify the

Page 69: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 64 of 74

account party (and confirming financial institution, if any) by the same means of delivery.

4. This Letter of Credit is transferable. Transfers and assignments of proceeds are to be effected without charge to either the beneficiary or the transferee/assignee of proceeds. Such transfer or assignment shall be only at the written direction of the Government (the beneficiary) in a form satisfactory to the issuing financial institution and the confirming financial institution, if any.

5. This Letter of Credit is subject to the Uniform Customs and Practice (UCP) for Documentary Credits, International Chamber of Commerce Publication No. ___ -- (Insert version in effect at the time of ILC issuance, e.g., ``Publication 600, 2006 edition'') and to the extent not inconsistent therewith, to the laws of ___ --[State of confirming financial institution, if any, otherwise State of issuing financial institution].

6. If this credit expires during an interruption of business of this financial institution as described in Article 17 of the UCP, the financial institution specifically agrees to effect payment if this credit is drawn against within 30 days after the resumption of our business.

Sincerely,

___

[ ___ Issuing financial institution]

(f) The following format shall be used by the financial institution to confirm an ILC:

___ [Confirming Financial Institution's Letterhead or Name and Address]

(Date) ___

Our Letter of Credit Advice Number ___

Beneficiary: ___ [U.S. Government agency]

Issuing Financial Institution: ___

Issuing Financial Institution's LC No.: ___

Gentlemen:

1. We hereby confirm the above indicated Letter of Credit, the original of which is attached, issued by ___ [name of issuing financial institution] for drawings of up to United States dollars ___ _/U.S. $ ___ and expiring with our close of business on ___ [the expiration date], or any automatically extended expiration date.

2. Draft(s) drawn under the Letter of Credit and this Confirmation are payable at our office located at ___ _.

3. We hereby undertake to honor sight draft(s) drawn under and presented with the Letter of Credit and this Confirmation at our offices as specified herein.

4. [This paragraph is omitted if used as a bid guarantee, and subsequent paragraphs are renumbered.] It is a condition of this confirmation that it be deemed automatically extended without amendment for one year from the expiration date hereof, or any automatically extended expiration date, unless:

(a) At least 60 days prior to any such expiration date, we shall notify the Contracting Officer, or the transferee and the issuing financial institution, by registered mail or other receipted means of delivery, that we elect not to consider this confirmation extended for any such additional period; or

Page 70: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 65 of 74

(b) The issuing financial institution shall have exercised its right to notify you or the transferee, the account party, and ourselves, of its election not to extend the expiration date of the Letter of Credit.

5. This confirmation is subject to the Uniform Customs and Practice (UCP) for Documentary Credits, International Chamber of Commerce Publication No. ___ -- (Insert version in effect at the time of ILC issuance, e.g., ``Publication 600, 2006 edition'') and to the extent not inconsistent therewith, to the laws of ___ --[State of confirming financial institution].

6. If this confirmation expires during an interruption of business of this financial institution as described in Article 17 of the UCP, we specifically agree to effect payment if this credit is drawn against within 30 days after the resumption of our business.

Sincerely,

___

[Confirming financial institution]

(g) The following format shall be used by the Contracting Officer for a sight draft to draw on the Letter of Credit:

SIGHT DRAFT

___[City, State]

(Date) ___

[Name and address of financial institution]

Pay to the order of ___ [Beneficiary Agency] ___ the sum of United States ___ This draft is drawn under Irrevocable Letter of Credit No. ___

___ [Beneficiary Agency]

By: ___

(End of clause)

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

The Contractor shall perform on the site, and with its own organization, work equivalent to at least 15 percent percent of the total amount of work to be performed under the contract. This percentage may be reduced by a supplemental agreement to this contract if, during performing the work, the Contractor requests a reduction and the Contracting Officer determines that the reduction would be to the advantage of the Government.

(End of clause)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

Page 71: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 66 of 74

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

http://www.arnet.gov/far http://farsite.hill.af.mil http://acq.osd.mil/dp/dars/dfars.html

(End of clause)

52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

(b) The use in this solicitation or contract of any FAR or DFARS clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of clause)

252.203-7004 DISPLAY OF HOTLINE POSTERS (OCT 2015)

(a) Definition. United States, as used in this clause, means the 50 States, the District of Columbia, and outlying areas.

(b) Display of fraud hotline poster(s). (1) The Contractor shall display prominently the DoD fraud hotline poster, prepared by the DoD Office of the Inspector General, in common work areas within business segments performing work in the United States under Department of Defense (DoD) contracts.

(2) If the contract is funded, in whole or in part, by Department of Homeland Security (DHS) disaster relief funds, the DHS fraud hotline poster shall be displayed in addition to the DoD fraud hotline poster. If a display of a DHS fraud hotline poster is required, the Contractor may obtain such poster from:

DHS Office of Inspector General/MAIL STOP 0305 Attention: Office of Investigations – Hotline 245 Murray Lane SW Washington, DC 20528-0305

(c) Display of combating trafficking in persons and whistleblower protection hotline posters. The Contractor shall display prominently the DoD Combating Trafficking in Persons and Whistleblower Protection hotline posters, prepared by the DoD Office of the Inspector General, in common work areas within business segments performing work under DoD contracts.

(d)(1) These DoD hotline posters may be obtained from: Defense Hotline, The Pentagon, Washington, DC 20301-1900, or are also available via the internet at http://www.dodig.mil/hotline/hotline_posters.htm.

(2) If a significant portion of the employee workforce does not speak English, then the posters are to be displayed in the foreign languages that a significant portion of the employees speak. Contact the DoD Inspector General at the

Page 72: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 67 of 74

address provided in paragraph (d)(1) of this clause if there is a requirement for employees to be notified of this clause and assistance with translation is required.

(3) Additionally, if the Contractor maintains a company Web site as a method of providing information to employees, the Contractor shall display an electronic version of these required posters at the Web site.

(e) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts that exceed $5.5 million except when the subcontract is for the acquisition of a commercial item.

(End of clause)

252.236-7001 CONTRACT DRAWINGS AND SPECIFICATIONS (AUG 2000)

(a) The Government will provide to the Contractor, without charge, one set of contract drawings and specifications, except publications incorporated into the technical provisions by reference, in electronic or paper media as chosen by the Contracting Officer.

(b) The Contractor shall--

(1) Check all drawings furnished immediately upon receipt;

(2) Compare all drawings and verify the figures before laying out the work;

(3) Promptly notify the Contracting Officer of any discrepancies;

(4) Be responsible for any errors that might have been avoided by complying with this paragraph (b); and

(5) Reproduce and print contract drawings and specifications as needed.

(c) In general--

(1) Large-scale drawings shall govern small-scale drawings; and

(2) The Contractor shall follow figures marked on drawings in preference to scale measurements.

(d) Omissions from the drawings or specifications or the misdescription of details of work that are manifestly necessary to carry out the intent of the drawings and specifications, or that are customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed details of the work. The Contractor shall perform such details as if fully and correctly set forth and described in the drawings and specifications.

(e) The work shall conform to the specifications and the contract drawings identified on the following index of drawings:

Title File Drawing No.

(End of clause)

Page 73: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 68 of 74

Section 00 73 00 - Supplementary Conditions

CLAUSES INCORPORATED BY REFERENCE

52.246-12 Inspection of Construction AUG 1996 52.246-13 Inspection--Dismantling, Demolition, or Removal of

Improvements AUG 1996

CLAUSES INCORPORATED BY FULL TEXT

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

The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed,(b) prosecute the work diligently, and (c) complete the entire work in Contract Line Item Number (CLIN) 0001, 0002, 0003 (base bid items) ready for use not later than 540 calendar days after receipt of notice to proceed.

If CLIN 0004, Option 1 is exercised, commence work after a notice to the users of the Flight Kitchen building that work will commence 30 days after the notice.

If CLIN 0004, Option 1, CLIN 0005, Option 2, and CLIN 0007, Option 4 are exercised, complete the entire work ready for use within the performance period for CLIN 0001,0002,0003,0004.

If CLIN 0006, Option 3, CLIN 0008, Option 5 and CLIN 0009, Option 6 are exercised, commence work after a notice to proceed is issued for each option. Notice to proceed will be issued after the Government has accepted the work in CLIN 0001, 0002, 0003 and a 75 calendar day period has passed during which the Government will move into the facility. Complete the work within 185 days after notice to proceed.

If CLIN 0010, Option 7, CLIN 0011, Option 8, or CLIN 0012, Option 9 are exercised, complete the entire work within the performance period for the base bid items.

The time stated for completion shall include final cleanup of the premises.

(End of clause)

52.211-12 LIQUIDATED DAMAGES--CONSTRUCTION (SEP 2000)

(a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of:

$836.36 for CLIN items 0001, 0002, 0003, 0004 (Option 1), 0005 (Option 2), 0007 (Option 4), 0011 (Option 8) , 0012 (Option 9) And$454.43 for CLIN items 0006 (Option 3), 0008 (Option 5), 0009 (Option 6), 0010 (Option 7).

(b) If the Government terminates the Contractor's right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the

Page 74: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 69 of 74

Termination clause.

(End of clause)

Page 75: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 70 of 74

DESIGNATED BILLING OFFICEInvoices will be mailed to:

US Army Corps of Engineers Seymour Resident Office 1095 Peterson Ave Seymour Johnson AFB NC 27531

DESIGNATED PAYMENT OFFICEPayment will be made by:

U.S. Army Corps of Engineers Finance Center ATTN: CEFC-AO-P 5720 Integrity Drive Millington, TN 38054-5005

U.S. ARMY CORPS OF ENGINEERS SAFETY AND HEALTH REQUIREMENTS MANUAL, EM 385-1-1This paragraph applies to contracts and purchase orders that require the contractor to comply with EM 385-1-1 (e.g., contracts that include the Accident Prevention clause at FAR 52.236-13 and/or other safety provisions). EM 385-1-1 and its changes are available at: http://www.publications.usace.army.mil/usacepublications/engineermanuals.aspx . The Contractor shall be responsible for complying with the current edition and all changes posted on the web through the date that is 10 calendar days prior to the date offers are due. If the solicitation is amended to extend the time set for receipt of offers, the 10 calendar days rule stated above shall be applied against the amended date. (For example, if offers are due on 10 April, all changes posted on or before 31 March shall apply to the contract. If the time for receipt of offers is extended from 10 April to 20 April, all changes posted on or before 10 April shall apply to the contract.)

CONTRACTOR-PREPARED NETWORK ANALYSIS SYSTEMThe progress chart to be prepared by the contractor pursuant to FAR 52.236-15, Schedules for Construction Contracts, shall utilize the Critical Path Method (CPM) of network calculation.

EQUIPMENT OWNERSHIP AND OPERATING EXPENSE SCHEDULE(a) This clause does not apply to terminations. See 52.249-5000, Basis for Settlement of Proposals and FAR Part 49.

(b) Allowable cost for construction and marine plant and equipment in sound workable condition owned or controlled and furnished by a contractor or subcontractor at any tier shall be based on actual cost data for each piece of equipment or groups of similar serial and series for which the Government can determine both ownership and operating costs from the contractor's accounting records. When both ownership and operating costs cannot be determined for any piece of equipment or groups of similar serial or series equipment from the contractor's accounting records, costs for that equipment shall be based upon the applicable provisions of EP 1110-1-8, Construction Equipment Ownership and Operating Expense Schedule, Region IV. Working conditions shall be considered to be average for determining

Page 76: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 71 of 74

equipment rates using the schedule unless specified otherwise by the contracting officer. For equipment not included in the schedule, rates for comparable pieces of equipment may be used or a rate may be developed using the formula provided in the schedule. For forward pricing, the schedule in effect at the time of negotiations shall apply. For retroactive pricing, the schedule in effect at the time the work was performed shall apply.

(c) Equipment rental costs are allowable, subject to the provisions of FAR 31.105(d)(ii) and FAR 31.205-36. Rates for equipment rented from an organization under common control, lease-purchase arrangements, and sale-leaseback arrangements, will be determined using the schedule, except that actual rates will be used for equipment leased from an organization under common control that has an established practice of leasing the same or similar equipment to unaffiliated lessees.

(d) When actual equipment costs are proposed and the total amount of the pricing action exceeds the small purchase threshold, the contracting officer shall request the contractor to submit either certified cost or pricing data, or partial/limited data, as appropriate. The data shall be submitted on Standard Form 1411, Contract Pricing Proposal Cover Sheet.

BASIS FOR SETTLEMENT OF PROPOSALS Actual costs will be used to determine equipment costs for a settlement proposal submitted on the total cost basis under FAR 49.206-2(b). In evaluating a terminations settlement proposal using the total cost basis, the following principles will be applied to determine allowable equipment costs:

(1) Actual costs for each piece of equipment, or groups of similar serial or series equipment, need not be available in the contractor's accounting records to determine total actual equipment costs.

(2) If equipment costs have been allocated to a contract using predetermined rates, those charges will be adjusted to actual costs.

(3) Recorded job costs adjusted for unallowable expenses will be used to determine equipment operating expenses.

(4) Ownership costs (depreciation) will be determined using the contractor's depreciation schedule (subject to the provisions of FAR 31.205-11).

(5) License, taxes, storage and insurance costs are normally recovered as an indirect expense and unless the contractor charges these costs directly to contracts, they will be recovered through the indirect expense rate.

TIME EXTENSIONS FOR UNUSUALLY SEVERE WEATHER(a) This provision specifies the procedure for the determination of time extensions for unusually severe weather in accordance with the contract clause entitled DEFAULT (FIXED PRICE CONSTRUCTION).In order for the Contracting Officer to award a time extension under this clause, the following conditions must be satisfied:

(1) The weather experienced at the project site during the contract period must be found to be unusually severe, that is, more severe than the adverse weather anticipated for the project location during any given month.

Page 77: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 72 of 74

(2) The unusually severe weather must actually cause a delay to the completion of the project. The delay must be beyond the control and without the fault or negligence of the Contractor.

(b) The following schedule of monthly anticipated adverse weather delays is based on National Oceanic and Atmospheric Administration (NOAA) or similar data for the project location and will constitute the base line for monthly weather time evaluations. The Contractor's progress schedule must reflect these anticipated adverse weather delays in all weather dependent activities.

MONTHLY ANTICIPATED ADVERSE WEATHER DELAY WORKDAYS BASED ON 5-DAY WORK WEEK

JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC 10 9 6 4 5 6 8 7 4 4 5 9 (c) Upon acknowledgment of the Notice to Proceed and continuing through-out the contract, the Contractor will record on the daily Contractor Quality Control report the occurrence of adverse weather and resultant impact to normally scheduled work. Actual adverse weather delay days must prevent work on critical activities for 50 percent or more of the Contractor's scheduled workday. The number of actual adverse weather delay days shall include days impacted by actual adverse weather (even if adverse weather occurred in previous month), be calculated chronologically from the first to the last day in each month, and be recorded as full days. If the number of actual adverse weather delay days exceeds the number of days anticipated in paragraph (b) above, the Contracting Officer will convert any qualifying delays to calendar days, giving full consideration for equivalent fair weather workdays, and issue a modification in accordance with the contract clause entitled DEFAULT (FIXED PRICE CONSTRUCTION).

PRE-SCREEN CANDIDATES USING E-VERIFY PROGRAMThe Contractor must pre-screen Candidates using the E-verify Program (http://www.dhs.gov/E-Verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award.

Page 78: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 73 of 74

Section 01 00 00 - General Requirements

Page 79: Seymour Johnson AFB, North Carolina

W912HN-16-R-0035

Page 74 of 74

52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)

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

``Active duty wartime or campaign badge veteran,'' ``Armed Forces service medal veteran,'' ``disabled veteran,'' ``protected veteran,'' ``qualified disabled veteran,'' and ``recently separated veteran'' have the meanings given at FAR 22.1301.

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

(c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts of $150,000 or more unless exempted by rules, regulations, or orders of the Secretary of Labor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings.

Veterans Employment Emphasis for U.S. Army Corps of Engineers Contracts. In addition to complying with the requirements outlined in FAR Part 22.13, FAR Provision 52.222-38, FAR Clause 52.222-35, FAR Clause 52.222-37, DRARS 222.13 and Department of Labor regulations, U.S. Army Corps of Engineers (USACE) contractors and subcontractors at all tiers are encouraged to promote the training and employment of U.S. veterans while performing under a USACE contract. While no set-aside, evaluation preference, or incentive applies to the solicitation or performance under the resultant contract, USACE contractors are encouraged to seek out highly qualified veterans to perform services under this contract. The following resources are available to assist USACE contractors in their outreach efforts: Federal Veteran employment information at http://www.fedshirevets.gov/index.aspxDepartment of Labor Veterans Employment Assistance http://www.dol.gov/vets/Department of Veterans Affairs-Vow to Hire Heros Act http://benefitts.va.gov/vow/Army Wounded Warrior Program - http://wtc.army.mil/modules/employers/index.htmlU.S. Chamber of Commerce Foundation-Hiring Our Heros http://www.hiringourheros.org/Guide to Hiring Veterans - Reference Material http://www.whitehouse.gov/sites/default/files/docs/white_house_business_council_-_guide_to_hiring_veterans_0.pdf

Page 80: Seymour Johnson AFB, North Carolina

ATTACHMENT 1 TO SECTION 00800

LIST OF ATTACHMENTS

Attachment 1 - 1

Air Force Project Sign Project Sign Legend Defined Project Sign Erection Detail Safety Performance Sign Corps of Engineers Logo Minimum Basic Outline for Accident Prevention Plans (EM 385-1-1, App A) Construction Quality Control Report Small and Disadvantaged Business Subcontracting Plan Weekly Temporary Electrical Inspection Minimum Standard for Temporary Electrical Service (Ref. FAR 52.236-14) SAS Form 9 - Activity Hazard Analysis SAD Form 1666a-R - Safety Checklist for Crawler, Truck & Wheel Mounted Cranes SAD Form 1666d-R Safety Checklist for Control of Hazardous Energy

(Lockout/Tagout) SAD Form 1666d-R Safety Checklist for Motor Vehicles, Trailers, and Trucks SAD Form 1666d-R Safety Checklist for Safe Access and Fall Protection SAD Form 1666d-R Safety Checklist for Scaffolds - Other Types SAD Form 1666e-R Safety Checklist for Crawler Tractors and Dozers SAD Form 1666e-R Safety Checklist for Cutting/Welding Operations SAD Form 1666e-R Safety Checklist for Demolition Operations SAD Form 1666e-R Safety Checklist for Forms, Falsework, and Concrete

Operations SAD Form 1666e-R Safety Checklist for Permit Required Confined Spaces (PRCS) SAD Form 1666e-R Safety Checklist for Personal Protective Equipment SAD Form 1666e-R Safety Checklist for Portable Ladders SAD Form 1666e-R- Safety Checklist for Portal, Tower, and Pillar Cranes SAD Form 1666e-R Safety Checklist for Rigging SAD Form 1666e-R Safety Checklist for Sanitation/Housekeeping SAD Form 1666e-R Safety Checklist for Scaffolds - Metal Frame SAD Form 1666f-R - Safety Checklist for Scrapers, Motor Graders, and Other

Mobile Equipment

Page 81: Seymour Johnson AFB, North Carolina

ATTACHMENT 1 TO SECTION 00800

LIST OF ATTACHMENTS

Attachment 1 - 2

SAD Form 1666e-R Safety Checklist for Structural Steel Erection SAD Form 1666e-R Safety Checklist for Tree Work, Maintenance, or Removal

Operations SAD Form 1666e-R Safety Checklist for Trenching and Excavation Competent

Person SAD Form 1666e-R Safety Checklist for Trenching and Excavation Operations SAD Form 1666f-R Safety Checklist for Crane Inspections SAD Form 1666g-R - Safety Checklist for Material Hoists SAD Form 1666h-R - Safety Checklist for Earth Drilling Equipment SAD FL 198 – Report of Safety Meeting DA Form 5418-R - Cost Estimate Analysis DD Form 1354 - Transfer and Acceptance of Military Real Property DD Form 1532 - Pest Management Report DD Form 1532 - Pest Management Maintenance Record DHS Form I-9 - Employment Eligibility Verification ENG Form 2454 - Construction Progress Chart ENG Form 3394 – Accident Investigation Report ENG Form 4025 - Transmittal of Shop Drawings, Equipment Data, Material

Samples, or Manufacturer's Certificates of Compliance Real Property Inventory and BIS Worksheet Landfill Permit Application Standard Form LLL-A - Disclosure of Lobbying Activities AF3952 - Contractor HazMat Authorization, Inventory, and Usage Form Contractor-Furnished Spoil, Disposal Areas Contractor Hazardous Material Inventory Log (EPRCA)

Page 82: Seymour Johnson AFB, North Carolina
Page 83: Seymour Johnson AFB, North Carolina

PROJECT SIGN LEGEND DEFINED

Legend Group 1: The words:

"Construction or "Design and Construction Supervised by:" Supervised by:"

shall be placed on two lines using black, 1.25" Helvetica regular typeface. Maximum line length is 19".

10.5" Reverse Signature: The Corps symbol shall be a 10.5" white reversesignature using a 6" castle on a red background. The castle and surroundingborder lines shall be white. The castle windows, door, and logo backgroundare to be red. The words "U.S. Army Corps of Engineers" shall be black.

Legend Group 2: The words:

"Savannah District South Atlantic Division"

shall be placed on two lines below the 10.5" reverse signature, using black,1.25" Helvetica regular typeface.

Legend Group 3: The "Name of Project" shall be placed on one to three linesusing white 3" Helvetica bold typeface. Maximum line length is 42".

Legend Group 4: The "Army Installation" shall be a one or two lineidentification of the facility or name of the sponsoring department. Lettering is to be white, 1.5" Helvetica regular typeface. Maximum linelength is 42".

NOTE: Cross-align the first line of legend group 4 with the first line of theCorps signature (U.S. Army Corps) as shown.

Legend Group 5a: The words:

"Architects:" or "Engineers:" or "Architect-Engineers:"

shall be a one to five line identification of the prime architect orengineering corporate or firm name, city, and State. Lettering shall bewhite, 1.25" Helvetica regular typeface. Maximum line length is 21".

Legend Group 5b: The "Contractor:" shall be a one to five line identificationof the prime Contractor corporate or firm name, city, and State. Include typeof Contractor, i.e. General Contractor, etc. Lettering shall be white, 1.25"Helvetica regular typeface. Maximum line length is 21".

NOTE: All typography shall be flush left and rag right, upper and lower casewith initial capitals only as shown.

Page 84: Seymour Johnson AFB, North Carolina
Page 85: Seymour Johnson AFB, North Carolina

Safety Performance Sign EP 310-1-6a01 Jun 06

16-3

Each contractor’s safety record is to beposted on Corps managed or supervisedconstruction projects and mounted withthe Construction Project Identificationsign specified on page 16-2.

The graphic format, color, size and type-faces used on the sign are to be repro-duced exactly as specified below. The

title with First Aid logo in the top sectionof the sign, and the performance recordcaptions are standard for all signs of thistype. Legend groups 2 and 3 belowidentify the project and the contractor andare to be placed on the sign as shown.

Safety record numbers are mounted onindividual metal plates and are screw-

mounted to the background to allow fordaily revisions to posted safety perfor-mance record.

Special applications or situations notcovered in these guidelines should bereferred to the district Sign ProgramManager.

Legend Group 1: Standard two-line title “Safetyis a Job Requirement” with 8” (outsidediameter) Safety Green first aid logo.Color: To match Pantone system 347Typeface: 3" Helvetica BoldColor: Black

Legend Group 2: One- to two-line project titlelegend describes the work being done underthis contract and name of host project.Color: BlackTypeface: 1.5" Helvetica RegularMaximum line length: 42"

Legend Group 3: One- to two-line identifica-tion: name of prime contractor and city, stateaddress. Color: BlackTypeface: 1.5" Helvetica RegularMaximum line length: 42"

Legend Group 4: Standard safety recordcaptions as shown.Color: BlackTypeface: 1.25” Helvetica Regular

Replaceable numbers are to be mounted onwhite .060 aluminum plates and screw-mounted to background.Color: BlackTypeface: 3" Helvetica RegularPlate size: 2.5" x 4.5"

All typography is flush left and rag right, upperand lower case with initial capitals only asshown. Letter- and word-spacing to followCorps standards as specified in Appendix D.

3” 33.030” eq. 8” eq.

6”

4.5”

10.5”

2.25”3”

2.25”3”

4.875”

4.875”

6.75”

4.875”.75”4.875”

4.5”

3”

3” 42” 3”

2.25” 2.25” 2.25” 2.25”

.75”

3”

.75”

Sign Legend Panel Post Specification Mounting ColorType Size (A) Size Size Code Height Bkg/Lgd

CID-02 various 4’x4’ 4”x4” HDO-3 48” WH/BK-SG

Page 86: Seymour Johnson AFB, North Carolina

CORPS OF ENGINEERS LOGOHALF SIZE

Page 87: Seymour Johnson AFB, North Carolina
Page 88: Seymour Johnson AFB, North Carolina
Page 89: Seymour Johnson AFB, North Carolina
Page 90: Seymour Johnson AFB, North Carolina
Page 91: Seymour Johnson AFB, North Carolina
Page 92: Seymour Johnson AFB, North Carolina
Page 93: Seymour Johnson AFB, North Carolina
Page 94: Seymour Johnson AFB, North Carolina
Page 95: Seymour Johnson AFB, North Carolina
Page 96: Seymour Johnson AFB, North Carolina
Page 97: Seymour Johnson AFB, North Carolina
Page 98: Seymour Johnson AFB, North Carolina
Page 99: Seymour Johnson AFB, North Carolina

CONTRACTOR'S NAME (Address) DAILY CONTRACTOR QUALITY CONTROL REPORT Date: ______________ Report No. _____ Contract No. _____________________________ Description and Location of Work: ___________________________________________ Weather: (Clear) (P. Cloudy) (Cloudy); Temperature: ___ Min. ___ Max; ___ Rainfall ______ inches Contractor/Subcontractors and Area of Responsibility _____________________________________________________________________________ 1. Work Performed Today: (Indicate location and description of work performed. Refer to work performed by prime and/or subcontractors by letter in table above.) _____________________________________________________________________________ 2. Results of Surveillance: (Include satisfactory work completed, or deficiencies with action to be taken.) _____________________________________________________________________________ 3. Tests required by Plans and/or Specifications Performed and Results of tests:

1

Page 100: Seymour Johnson AFB, North Carolina

_____________________________________________________________________________ 4. Verbal Instructions Received: (List any instructions given by Government personnel on construction deficiencies, retesting required, etc., with action to be taken.) _____________________________________________________________________________ 5. Remarks: (Cover delays and any conflicts in plans, specifications, or instructions.) _____________________________________________________________________________ 6. Safety Inspection: (Report violations noted; corrective instructions given; and corrective actions taken.) _____________________________________________________________________________ 7. Equipment Data: (Indicate items of construction equipment, other than hand tools, at jobsite, and whether or not used.) _____________________________________________________________________________ CONTRACTOR'S VERIFICATION: The above report is complete and correct and all material and equipment used and work performed during this reporting period are in compliance with the contract plans and specifications except as noted above. ________________________________________________ Contractor's Approved Authorized Representative

2

Page 101: Seymour Johnson AFB, North Carolina

SAMPLE SMALL BUSINESS SUBCONTRACTING PLAN Mar 2003, Revised Nov 2004

DATE: __________ CONTRACTOR: ______________________________________________________________ ADDRESS: ___________________________________________________________________ SOLICITATION/CONTRACT NO: _______________________ CONTRACT AMOUNT $_________________ DESCRIPTION: ______________________________________________________________ Our firm has established a policy to afford Small Business concerns (SB), Small Disadvantaged Business concerns (SDB), Women-Owned Small Business concerns (WOSB), Veteran-Owned Small Business concerns (VOSB), Service Disabled Veteran-Owned Small Business concerns (SDVOSB), Historically Black Colleges and Universities/Minority Institutions (HBCU/MI) and HUBZone Small Business (HSB) concerns opportunities to participate in all contracts with the Department of Defense or other entities, both public and private. In most instances, HBCU/MI are not applicable to construction contracts, but will be included throughout this plan with the intent to involve them whenever possible. The following, together with any attachments, is hereby submitted as a Small Business Subcontracting Plan to satisfy the applicable requirements of Public Law 95-507, Public Law 99-661, Section 1207, and Public Law 100-180, Section 806. 1. (a) BASE BID ONLY: The following percentage goals (expressed in terms of a percentage of total planned subcontracting dollars) and dollar amounts are applicable to the contract cited above or to the contract awarded under the solicitation cited. Total Base Bid is $______________________. (i) Total Planned Subcontracting Dollars $_____________________ (ii) Small Business concerns (SB): ______% or $___________ of total planned subcontracting dollars under this contract will be awarded to subcontractors who are SB. (iii) Small Disadvantaged Business concerns (SDB): ______% or $_____________ of total planned subcontracting dollars under this contract will be awarded to subcontractors who are small concerns owned and controlled by socially and economically disadvantaged individuals and appear on the Small Business Administration’s list (accessed through www.CCR.Gov. Select “Dynamic Small Business Search” to access the SBA small business source system.) This percentage is included in the percentage shown under 1 (a)(i) above, as a subset. (iv) Women-Owned Small Business concerns (WOSB): ______% or $_____________ of total planned subcontracting dollars under this contract will be awarded to subcontractors who are WOSB. This percentage is included in the percentage shown under 1.(a)(i) above, as a subset. (v) Veteran-Owned Small Business concerns (VOSB): ______% or $____________ of total planned subcontracting dollars under this contract will be awarded to subcontractors who are VOSB. This percentage is included in the percentage shown under 1 (a) (i) above, as a subset. (vi) Service-Disabled Veteran-Owned Small Business concerns (SDVOSB): ______% or $_____________ of total planned subcontracting dollars under this contract will be awarded to subcontractors who are SDVOSB. This percentage is included in the percentage shown under 1 (a) (i) above.) (vii) Historically Black Colleges and Universities/Minority Institutions (HBCU/MI): ______% or $_____________ of total planned subcontracting dollars under this contract will go to HBCU’s who are an institution determined by the Secretary of Education to meet the requirements of 34 CFR 608.2, the term also includes any nonprofit research institution that was an integral part of such a college or university before November 14, 1986; or MI’s who are an institution of higher education meeting the requirements of Section 1046(3) of the Higher Education Act of 1965 (20 U.S.C. 1135d-5(3)) which, includes a Hispanic-serving institution of higher

Page 102: Seymour Johnson AFB, North Carolina

education as defined in Section 316(b)(1) of the Act (20 U.S.C. 1059c(b)(1)). This percentage is included in the percentage shown under 1.(a)(i) above, as a subset. (viii) HUBZone Small Business concerns: ______% or $______________ of total planned subcontracting dollars under this contract will go to subcontractors who are small business concerns located in a historically underutilized business zone which is an area located within one or more qualified census tracts, qualified non-metropolitan counties, or lands within the external boundaries of an Indian reservation and appear on the Small Business Administration’s HUBZONE web site at www.SBA.Gov/HUBZONE. This percentage is included in the percentage shown under 1.(a)(i) above, as a subset. The following principal products and/or services will be subcontracted under the Base Bid of this contract, and the distribution among Large Business, Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business Historically Black Colleges and Universities/Minority Institutions, and HUBZone Small Business is as follows: (Check all that apply) Subcontractor Name

Product or Service

Large Business

Small Business

SDB

WOSB

VOSB

SDVOSB

HBCU/MI

HSB

(ATTACHMENT MAY BE USED IF ADDITIONAL SPACE IS REQUIRED) The above-named SB and SDB firms denoted by * are performing a significant portion of the effort or are providing a major service or component of this project. In accordance with Section 00800, the above-named firms will be utilized on the contract. (b) OPTIONS: You must include a separate goal for each option. See the attached Continuation Sheets for Paragraph 1(a) for each option) (c) The following method was used in developing subcontract goals (i.e., Statement explaining how the product and service areas to be subcontracted were established, how the areas to be subcontracted to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns were determined, and how small business, veteran-owned small business, HUBZone small business, small disadvantaged business and women-owned small business concerns' capabilities were determined, to include identification of source lists utilized in making those determinations. Also a statement as to what efforts will be taken to improve on past goals and how SB and SDB firms will be included in areas without previous SB/SDB involvement). _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ (d) Indirect and overhead costs (check one): ____ have been _____ have not been included in the goals specified in 1(a) and 1(b).

Page 103: Seymour Johnson AFB, North Carolina

(e) If "have been" is checked, explain the method used in determining the proportionate share of indirect and overhead cost to be allocated as subcontracts to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. _____________________________________________________________________________________________ _____________________________________________________________________________________________ 2. The following individual will administer the subcontracting program: Name & Title: _____________________________________________________________ Address & Telephone: _______________________________________________________ This individual's specific duties, as they relate to the firm's subcontracting program, are as follows: General overall responsibility for this company's Small Business Program, the development, preparation and execution of individual subcontracting plans and for monitoring performance relative to contractual subcontracting requirements contained in this plan, including but not limited to: (a) Developing and maintaining offerors/bidders lists of small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns from all possible sources. Our firm may rely on the information contained in the SBA Small Business Source System, as an accurate representation of a concern’s size and ownership characteristics for the purposes of maintaining a small business, veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged and women-owned small business source list. The Small Business Administration’s (SBA’s) list of Small Disadvantaged Businesses and small HUBZone businesses can be accessed through www.CCR.Gov. Select “Dynamic Small Business Search” to access the SBA small business source system. (b) Ensuring that procurement packages are structured to permit small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns to participate to the maximum extent possible. (c) Assuring inclusion of small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns in all solicitations for products or services that they are capable of providing. (d) Reviewing solicitations to remove statements, clauses, etc., which may tend to restrict or prohibit small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business participation, including recommendations to set aside competitions for SDB’s (e) Ensuring periodic rotation of potential subcontractors on bidders’ lists. (f) Ensuring that the bid proposal review board documents its reasons for not selecting low bids submitted by small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. (g) Ensuring the establishment and maintenance of records of solicitations and subcontract award activity. (h) Attending or arranging for attendance of company counselors at Business Opportunity Workshops, Minority Business Enterprise Seminars, Trade Fairs, etc.

Page 104: Seymour Johnson AFB, North Carolina

(i) Conducting or arranging for conduct of motivational training for purchasing personnel pursuant to the intent of Public Laws 95-507, 99-661, and 100-180. (j) Monitoring attainment of proposed goals. (k) Preparing and submitting periodic subcontracting reports required, which will include Standard Form (SF) 294, Subcontracting Report for Individual Contracts, and SF 295, Summary Subcontract Report, in accordance with the instructions on the forms. (l) Coordinating contractor's activities during the conduct of compliance reviews by Federal agencies. (m) Coordinating the conduct of contractor's activities involving its small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business subcontracting program. (n) Notifying the Contracting Officer or his representative in writing of any substitutions of firms that are not small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women-owned small business for the firms listed in the subcontracting plan. (o) Additions to (or deletions from) the duties specified above are as follows: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ 3. The following efforts will be taken to assure that small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns will have an equitable opportunity to compete for subcontracts, including items not traditionally awarded to SB or SDB firms: (a) Outreach efforts will be made by: (i) Contacts with minority and small business trade associations such as veterans service organizations, the National Minority Purchasing Council Vendor Information Service, the Research and Information Division of the Minority Business Development Agency in the Department of Commerce. (ii) Contacts with business development organizations. (iii) Attendance at small and minority business procurement conferences and trade fairs. (iv) Sources will be requested from Small Business Administration's Small Business Source System. (v) Reviews to determine the competence, ability, experience and capacity available from SB and SDB firms and providing technical assistance to same. (vi) Evaluations of our SB, SDB, WOSB, VOSB, SDVOSB and HUBZone award performance and program effectiveness against goals established company-wide. (b) The following internal efforts will be made to guide and encourage buyers: (i) Workshops, seminars and training programs will be conducted. (ii) Activities will be monitored to evaluate compliance with this subcontracting plan, evaluating SB, SDB, WOSB, VOSB, SDVOSB and HUBZone award performance and program effectiveness.

Page 105: Seymour Johnson AFB, North Carolina

(c) Small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concern source lists, guides and other data identifying small, small disadvantaged and women-owned small business concerns will be maintained and utilized by buyers in soliciting subcontracts. (d) Additions to (or deletion from) the above listed efforts are as follows: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ 4. The offeror (contractor) agrees that the clause entitled "Utilization of Small Business Concerns" at FAR 52.219-8 will be included in all subcontracts that offer further subcontracting opportunities, and all subcontractors (except small business concerns) who receive subcontracts in excess of $550,000 ($1,000,000 in construction) will be required to adopt a subcontracting plan that complies with FAR 52.219-9. Such plans will be reviewed by comparing them with the provisions of Public Law 95-507, and assuring that all minimum requirements of an acceptable subcontracting plan have been satisfied. The acceptability of percentage goals shall be determined on a case-by-case basis depending on the supplies/services involved, the availability of potential small businesses, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small businesses, small disadvantaged businesses and women-owned small business subcontractors, and prior experience. Once approved and implemented, plans will be monitored through the submission of periodic reports, and/or, as time and availability of funds permit, periodic visits to subcontractors facilities to review applicable records and subcontracting program progress. 5. The offeror/contractor agrees to submit such periodic reports and cooperate in any studies or surveys as may be required by the contracting agency or the Small Business Administration in order to determine the extent of compliance by the offeror/contractor with the subcontracting plan and with the clause entitled "Utilization of Small Business Concerns," contained in the contract. The above reports will include Standard Form (SF) 294, Subcontracting Report for Individual Contracts, and SF 295, Summary Subcontract Report, in accordance with the instructions on the forms. The offeror/contractor further agrees to ensure that its subcontractors agree to submit SF 294 and SF 295. 6. The offeror/contractor agrees that he will maintain at least the following types of records to document compliance with this subcontracting plan: (a) Small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concern source lists, guides and other data identifying SB/SDB concerns. (b) Organizations contacted for small, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small, small disadvantaged and women-owned small business sources. (c) On a contract-by-contract basis, records on all subcontract solicitations over $100,000, indicating on each solicitation (i) whether small business concerns were solicited, and if not, why not; (ii) whether veteran-owned small business concerns were solicited, and if not, why not; (iii) whether service-disabled veteran-owned small business concerns were solicited, and if not, why not; (iv) whether HUBZone small business concerns were solicited, and if not, why not; (v) whether small disadvantaged business concerns were solicited, and if not, why not; (vi) whether women-owned small business concerns were solicited, and if not, why not; and (vii) reasons for the failure of solicited small, veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged or women-owned small business concerns to receive the subcontract award. (d) Records to support other outreach efforts: Contacts with veteran service organizations, Minority and Small Business Trade Associations, etc., and attendance at small and minority business procurement conferences and trade fairs.

Page 106: Seymour Johnson AFB, North Carolina

(e) Records to support internal activities to guide and encourage buyers: Workshops, seminars, training programs, etc., monitoring activities to evaluate compliance. (f) On a contract-by-contract basis, records to support subcontract award data to include name and address and business size of each subcontractor. Contractors having commercial plans need not comply with this requirement. (g) Records to be maintained in addition to the above are as follows: ____________________________________________________________________________________________ ____________________________________________________________________________________________ Signed: ________________________________________________ Date: ________________ Typed Name and Title: ______________________________________________________________ Plan Accepted by: ___________________________ Date: ______________ Contracting Officer

Page 107: Seymour Johnson AFB, North Carolina

CONTINUATION OF PARAGRAPH 1(a) (SUBMIT ADDITIONAL OPTION PAGES FOR EACH OPTION)

NAME OF OPTION: _______________________________________________________ Dollars Percents 1. Total option contract price ____________ 2. Total to be subcontracted (to all types of businesses) ____________ 100% a. To large business ____________ _______ b. To small business ____________ _______ i. To nondisadvantaged small business _____________ _______ ii. To veteran-owned small business _____________ _______ iii To service-disabled veteran-owned small business _____________ _______ iv. To HUBZone small business _____________ _______ v. To disadvantaged small business _____________ _______ vi. To women-owned small business _____________ _______ The following principal products and/or services will be subcontracted under Option 1 of this contract, and the distribution among LB, SB, SDB, WOSB, VOSB, SDVOSB, HBCU/MI, and HUBZone SB is as follows: (Check all that apply) Subcontractor Name

Product or Service

Large Business

Small Business

SDB

WOSB

VOSB

SDVOSB

HBCU/MI

HSB

Page 108: Seymour Johnson AFB, North Carolina

1 NAME OF OPTION: __________________________________________________ Dollars Percents 1. Total option contract price ____________ 2. Total to be subcontracted (to all types of businesses) ____________ 100% a. To large business ____________ _______ b. To small business ____________ _______ i. To nondisadvantaged small business _____________ _______ ii. To veteran-owned small business _____________ _______ iii To service-disabled veteran-owned small business _____________ _______ iv. To HUBZone small business _____________ _______ v. To disadvantaged small business _____________ _______ vi. To women-owned small business _____________ _______ The following principal products and/or services will be subcontracted under Option 2 of this contract, and the distribution among LB, SB, SDB, WOSB, VOSB, SDVOSB, HBCU/MI, and HUBZone SB is as follows: (Check all that apply) Subcontractor Name

Product or Service

Large Business

Small Business

SDB

WOSB

VOSB

SDVOSB

HBCU/MI

HSB

Page 109: Seymour Johnson AFB, North Carolina

2 NAME OF OPTION:__________________________________________________ Dollars Percents 1. Total option contract price ____________ 2. Total to be subcontracted (to all types of businesses) ____________ 100% a. To large business ____________ _______ b. To small business ____________ _______ i. To nondisadvantaged small business _____________ _______ ii. To veteran-owned small business _____________ _______ iii To service-disabled veteran-owned small business _____________ _______ iv. To HUBZone small business _____________ _______ v. To disadvantaged small business _____________ _______ vi. To women-owned small business _____________ _______ The following principal products and/or services will be subcontracted under Option 3 of this contract, and the distribution among LB, SB, SDB, WOSB, VOSB, SDVOSB, HBCU/MI, and HUBZone SB is as follows: (Check all that apply) Subcontractor Name

Product or Service

Large Business

Small Business

SDB

WOSB

VOSB

SDVOSB

HBCU/MI

HSB

Page 110: Seymour Johnson AFB, North Carolina

WEEKLY TEMPORARY ELECTRICAL INSPECTION

Week ending ________________

Contract No. __________________________

Contract Description _______________________________________________________

The following items were inspected in accordance with requirements in NationalElectrical Code and Corps of Engineers Safety and Health Requirements Manual,EM 385-1-1.

1. Wire (size, type, condition).

2. Systems and devices (polarity, continuity of ground, resistance to ground).

3. Resistance of ground rods (25 OHMS) measured and recorded.

4. Check GFI for 15/20 amp 120 volt circuits.

5. Plugs and receptacles (type, NEMA rating).

6. Circuit breakers and disconnect (size, type, weatherproof).

7. Extension cords (type, UL listed, insulation condition, splices, location).

8. Open wiring on insulators, nonmetallic sheathed cable, outside clearance (600 volts or less), Festoon lighting (as applicable).

_________________________________________ Signature Electrician/Electrical Engineer

Page 111: Seymour Johnson AFB, North Carolina

MINIMUM STANDARD FOR TEMPORARY ELECTRICAL SERVICE

(DIMENSIONS ARE APPROXIMATE) A. The backboard for temporary service shall consist of not less than 1/2 inch plywood of exterior grade. B. Numbers above correspond to the item below: Item 1 - NEMA 3R circuit breaker type panelboard. This panelboard shall consist of 1 two-pole 60 amp main circuit breaker, 4* one pole 20 AMP branch circuit breakers, and 1* two pole 20 AMP branch circuit breaker. Breakers shall meet Federal Specifications Standards for Class 1A breakers and shall be plug-in type. (*Number of breakers to be adjusted to suit the job requirements.) Item 2 - Duplex grounding type convenience outlets in standard utility type outlet boxes with covers, meeting the NEC and NEMA requirements for wet locations. Connections to the branch circuit breakers shall be grounded by two conductors #12 NMC cable. Item 3 – (Optional) A single three-conductor grounding type outlet rated for 250 volt service meeting the NEC and NEMA requirements for wet locations. Connections from this outlet to the two pole breaker shall be by two conductor grounded type NMC cable. Item 4 - 3/4 inch PVC. This shall be used to support extension cords. Item 5 – NEMA 3R service disconnect safety switch – 60 amp minimum. C. The panelboard shall be grounded by #6 copper wire connected to a 3/4 inch by 10-foot long ground rod. D. Service to the panel shall consist of three copper conductor #6 minimum service entrance cable. This cable may enter the top or side of the panelboard.

1

Page 112: Seymour Johnson AFB, North Carolina

E. Periodic inspections of systems and devices will be made by the Contractor at intervals not to exceed 1 week, and a report will be submitted indicating the results. F. All receptacle outlets that provide temporary electrical power during construction, remodeling, maintenance, repair, or demolition shall have ground-fault circuit-interrupter (CFCI) protection for personnel. GFCI protection shall be provided on all circuits serving portable electric hand tools or semi-portable electric power tools (such as block/brick saws, table saws, air compressors, welding machines, and drill presses). See EM 385-1-1 for exceptions. G. Per EM 385-1-1 all temporary power distribution systems shall be submitted to the field office before installation.

2

Page 113: Seymour Johnson AFB, North Carolina

ACTIVITY HAZARD ANALYSIS

1. Phase of Construction

2. Location 3. Contract No. 4. Project

5. Prime Contractor 6. Date of Preparatory 7. Estimated Start Date

Potential Safety Hazard Procedure to Control Hazard

8. Contractor=s Representative(signature)

9.

SAS Form 9 1 Jan 82

Page 114: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR CRAWLER-, TRUCK-, WHEEL-, AND RINGER-MOUNTED CRANES

Contract # and title: Equipment name & number: owned or leased? Contractor:

Subcontractor:

Contract Inspector: Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Unless the manufacture has specified an on-rubber rating, outriggers will be fully extended and down? (16.D.10)

2. Are lattice boom cranes equipped with a boom angle indicator, load indicating device, or a load moment indicator? (16.D.01)

3. Are lattice boom and hydraulic cranes equipped with a means for the operator to visually determine levelness? (16.D.02)

4. Are lattice boom and hydraulic cranes, except articulating booms cranes, equipped with drum rotation indicators located for use for the operator? (16.D.03)

5. Are lattice boom and hydraulic mobile cranes equipped with a boom angle or radius indicator within the operator’s view? (16.D.04)

6. Are lattice boom cranes, with exception of duty cycle cranes, equipped with an anti-two blocking device? (16.D.04)

7. When duty cycle machines are required to make a non-duty lift, is the crane equipped with an international orange warning device and is a signal person present? (16.D 05)

8. Are the following with the crane at all times: (16.C.02) a. The manufacturer’s operating manual? b. The load-rating chart? c. The crane’s logbook documenting use, maintenance, inspections and

tests? d. Operating manual for crane operator aids used on the crane.

9. Are the following on the project site: a. Completed periodic inspection report prior to initial work? (16.C.12) b. Pre-operational checklist used for daily inspection? (16.C.12) c. Written reports of the operational performance test? (16.C.13) d. Written reports of the load performance test? (16.C.13)

10. Are all operators physically qualified to perform work? (16.C.05) 11. Are all operators qualified by written/oral and practical exam or by appropriate licensing agency for the type crane they are to operate? (16.C.05)

12. Is the crane designed and constructed IAW the standards listed in Table 16-1? (16.C.06)

13. Is a hazard analysis for set-up and set-down available? (16.C.08)

SAD Form 1666a-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 4

Page 115: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR CRAWLER-, TRUCK-, WHEEL-, AND RINGER-MOUNTED CRANES

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 14. Are accessible areas within the swing radius of the rear of the crane barricaded? (16.C.09)

15. Are there at least 3 wraps of cable on the drum? (16.C.10) 16. Are the hoisting ropes installed IAW the manufacturer’s recommendations? (16.C.10)

17. Are critical lift plans available? (16.C.18) 18. Are minimum clearance distance for high voltage lines posted at the operator’s position? (11.E.04)

19. Do older lattice boom cranes with anti-two block warning devices in lieu of anti-two block devices have manually activated friction brakes? (16.D.05)

20. Is the slow moving emblem used on all vehicles which by design move at 25 MPH or less on public roads? (08.A.04)

21. Are all vehicles which will be parked or moving slower than normal traffic on haul roads equipped with a yellow flashing light or flasher visible from all directions? (16.A.13)

22. Is all equipment to be operated on public roads provided with: (16A.07) a. Headlights? b. Brake lights? c. Taillights? d. Back-up lights? e. Front and rear turn signals?

23. Are seat and seat belts provided for the operator and each rider on equipment? (16.A.07 and 16.B.08)

24. Is all equipment with windshields equipped with powered wipers and defogging or defrosting devices? (16.A.07)

25. Is the glass in the windshield or other windows clear and unbroken to provide adequate protection and visibility for the operator? (16.A.07, 16.B.10)

26. Is all equipment equipped with adequate service brake system and emergency brake system? (16.A.18)

27. Are areas on equipment where employees walk or climb equipped with platforms, foot walks, steps, handholds, guardrails, toeboards and non-slip surfaces? (16.B.03)

28. Is all self-propelled equipment equipped with automatic, audible, reverse signal alarms? (16.B.01)

29. Is there a record of manufacturer’s approval of any modification of equipment which affects its capacity or safe operation? (16.A.19)

30. Are truck and crawler cranes attached to a barge or pontoon by means of a tie-down system with some slack? Movement during lifting is not permitted. (16.F.08)

SAD Form 1666a-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 4

Page 116: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR CRAWLER-, TRUCK-, WHEEL-, AND RINGER-MOUNTED CRANES

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 31. Have the following conditions been met for land cranes mounted on barges or pontoons: (16.F.06)

a. Have load ratings been modified to reflect the increased loading from list, trim, wave, and wind action?

b. Are all deck surfaces above the water? c. Is the entire bottom area of the barge or pontoon submerged? d. Are tie downs available? e. Are cranes blocked and secured?

32. Are all belts, gears, shafts, spindles, drums, flywheels, or other rotating parts of equipment guarded where is a potential for exposure to workers? (16.B.03)

33. Is the area where the crane is to work level, firm and secured? (16.A.10) 34. Is a dry chemical or carbon dioxide fire extinguisher rated at least 5-B:C on the crane? (16.A.34)

35. Are trucks, for truck-mounted cranes, equipped with a working reverse signal alarm? (16.B.01)

36. Is a signal person provided where there is danger from swinging loads, buckets, booms, etc.? (16.B.02)

37. Is there adequate clearance from overhead structures and electrical sources for the crane to be operated safely? (16.C.09)

38. Is there adequate lighting for night operations? (16.C.19) 39. Has the boom stop test on cable-supported booms been performed? (16.D.06)

40. Is the boom disengaging device functioning as required? (16.D.06) 41. Has all rigging and wire rope been inspected? (Section 15) 42. Remarks:(Enter actions taken for all “no” answers.)

SAD Form 1666a-R Previous editions may be used for contract submittals prior to Nov 03. Page 3 of 4

Page 117: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR CRAWLER-, TRUCK-, WHEEL-, AND RINGER-MOUNTED CRANES

42. (cont.) Remarks:(Enter actions taken for all “no” answers.) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666a-R Previous editions may be used for contract submittals prior to Nov 03. Page 4 of 4

Page 118: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR CONTROL OF HAZARDOUS ENERGY (LOCKOUT/TAGOUT)

Contractor # and title: Equipment name & number: Owned or leased? Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Has the hazardous emergency control plan been submitted to the designated authority for acceptance? (12.D.02)

2. Do systems with energy isolating devices which are capable of being locked out utilize locking devices to control hazardous energy? (12.D.06)

3. If locking devices are not used, have the following criteria been met? a. The use of locking control devices would entail burdens that exceed

any advantage to the use of tag out devices? b. The use of tag out devices will provide full employees protection? c. All affected employees can and will be informed that tag out is

being used in lieu of lockout? (12.D.06)

4. Does the aforementioned plan clearly and specifically outline the scope, purpose, authorization, rules and techniques to be utilized? (12.A.07)

5. Has training been conducted to ensure employees understand the hazardous energy procedures and possess the knowledge and skills required for the safe application, usage, and removal of emergency controls? (12.B.01)

6. Have daily inspections been conducted and documented to ensure all requirements of the hazardous energy procedures are being followed? (12.C)

7. Are lockout and tagout devices capable of withstanding the environments to which they are exposed for the maximum period of time the exposure is expected and do they identify the employee applying the device? (12.D.01)

8. In addition to the requirements established in 12.D.01, are lockout devices substantial enough to prevent removal without the use of excessive force or unusual techniques? (12.D.02)

9. Do tagout devices meet the following requirements: (12.D.03a-d) a. Have a standardized (with a project) printed format b. Constructed and printed so that exposure to weather conditions, wet

or damp locations, or corrosive environments will not cause the tag to deteriorate or the message to become illegible.

SAD Form 1666d-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 3

Page 119: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR CONTROL OF HAZARDOUS ENERGY (LOCKOUT/TAGOUT)

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 9. (cont.) Do tagout devices meet the following requirements: (12.D.03a-d)

a. Attached by means of a non-releasable, substantial enough to prevent removal, attachable by hand, self-locking, non-releasable, with a minimum strength 50 lbs. And, be at least equivalent to a one-peace, nylon tie.

b. Warn against the hazardous condition resulting from system energization and include a legend such as DO NOT START, DO NOT OPEN, DO NOT CLOSE, DO NOT ENERGIZE, DO NOT OPERATE, etc.

10. Remarks: (Enter actions taken for “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666d-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 3

Page 120: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR CONTROL OF HAZARDOUS ENERGY (LOCKOUT/TAGOUT)

SAD Form 1666d-R Previous editions may be used for contract submittals prior to Nov 03. Page 3 of 3

Page 121: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR MOTOR VEHICLES, TRAILERS, AND TRUCKS

Contract # and title: Owned or leased? Equipment name & number: Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Are records of safety inspections of all vehicles available? (18.A.02) 2. Are all vehicles to be operated between sunset and sunrise equipped with: (18.A.04)

a. 2 headlights? b. Taillights and brake lights? c. Front and back turn signals? d. 3 emergency flares, reflective markers, or equivalent portable

warning devices?

3. Are vehicles, except trailers or semi-trailers having a gross weight of 5000 lbs or less, equipped with service brakes and manually operated parking brakes? (18.A.05)

4. Are service brakes on trailers and semitrailers controlled from the driver’s seat of the prime mover? (18A.05)

5. Does the vehicle have: (18.A.06) a. An operable speedometer? b. An operable fuel gage? c. An operable audible warning device (horn)? d. A windshield & adequate windshield wiper? e. An operable defroster and defogging device? f. An adequate rearview mirror? g. A cab, cab shield, and other protection to protect the driver from the

elements and falling or shifting materials? h. Non-slip surfaces on steps? i. A power-operated starting device?

6. Is all the glass safety glass and is all broken or cracked glass replace? (18.A.07)

7. Do trailers meet the following: (18A.08) a. Are all towing devices adequate for the weight drawn? b. Are all towing devices properly mounted? c. Are locking devices or a double safety system provided on every 5th

wheel mechanism and tow bar arrangement to prevent accidental separation?

SAD Form 1666d-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 3

Page 122: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR MOTOR VEHICLES, TRAILERS, AND TRUCKS

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 7. (cont.) Do trailers meet the following: (18A.08)

a. Are all towing devices adequate for the weight drawn? b. Are all towing devices properly mounted? c. Are locking devices or a double safety system provided on every 5th

wheel mechanism and tow bar arrangement to prevent accidental separation?

d. Are trailers coupled with safety chains or cables to the towing vehicle?

e. Are trailers equipped with the power brakes equipped with a breakaway device which will lock-up the brakes in the event the trailer separates from the towing vehicle?

8. Are all dump trucks:(18.A.10) a. Equipped with a holding device to prevent accidental lowering of the

body? b. Equipped with a hoist lever secured to prevent accidental starting or

tipping? c. Equipped with means to determine (from the operator’s position) if

the dump box is lowered? d. Equipped with trip handles for tailgates that allows the operator to be

clear?

9. Are all buses, trucks and combination of vehicles with a carrying capacity of 1.5 tons or more, to be operated on public roads equipped with: (18.A.11)

a. 3 reflective markers? b. 2 wheel chocks for each vehicle? c. At least one 2A:10B:C fire extinguisher? d. At least two properly rated fire extinguishers (for vehicles carrying

flammable cargo)? e. A red flag not less than 1-foot square.

10. Is vehicle exhaust controlled so as not to present a hazard to personnel? (18.A.13)

11. Are all rubber tired motor vehicles equipped with fenders or with mud flaps if the vehicle is not designed for fenders? (18.A.14)

12. Are all vehicles, except buses, equipped with seat belts? (18.B.02) 13. Does all self-propelled construction and industrial equipment have a working reverse signal alarm? (16.B.01)

14. Are all hot surfaces of equipment, including exhaust pipes or other lines, guarded or insulated to prevent injury or fire? (16.B.03)

15. If an off the road vehicle, is it equipped with rollover protective structures? (16.B.12)

SAD Form 1666d-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 3

Page 123: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR MOTOR VEHICLES, TRAILERS, AND TRUCKS

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 16. Remarks: (Enter actions taken for “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666d-R Previous editions may be used for contract submittals prior to Nov 03. Page 3 of 3

Page 124: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR SAFE ACCESS AND FALL PROTECTION

Contractor # and title: Equipment name & number: Owned or leased? Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Is each employee who might be exposed to fall hazards trained by a competent person qualified in the following areas, in the safe use of access ways and fall protection systems and the recognition of hazards related to their use, including:

a. Nature of access and fall hazards in the work area? b. Correct procedures for constructing, erecting, maintaining, using,

dismantling access ways and fall protection? c. Maximum intended load carrying capacities? d. Mechanical equipment limitations during roofing work on low-

sloped roofs? e. Rescuer equipment and procedures? (21.A.16)

2. Are the manufacture’s recommendations followed in the fitting, adjusting, replacement, inspecting, testing, and care of personal fall protective equipment? (21.C.06)

3. Is personal fall protection equipment inspected by the worker prior to each use to determine that it is in a safe working condition? (21.C.07)

4. Is personal fall protection equipment inspected by competent person at last once semi-annually and whenever subject to severe use; defective equipment shall be immediately replaced? (21.C07)

5. Are body belts prohibited from use except as positioning and restraint systems only? (05.F.01a)

6. Are harness lanyards looped back over or through a large object and then attached back to themselves unless permitted by the manufacturer? (05.F.03)

7. When vertical lifelines are used, is each employee attached to a separate lifeline? (21.C.09a)

8. Are anchorages used for attachment of personal fall arrest equipment independent of any anchorage used to support or suspend platforms and are they capable of supporting at least 2,270 kg (5,000 lb) per employee attached? ? (21.C.11c)

9. Are safety nets and safety net installations tested in the suspended position immediately after installation and before being used as a fall protection system?

SAD Form 1666d-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 2

Page 125: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR SAFE ACCESS AND FALL PROTECTION

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 10. Prior to commencing any activity which requires work in elevated areas, have all provisions for access and fall protection been delineated in the hazard analysis and accepted by the GDA? (22.A.03)

11. Is each person supported by a suspended scaffold protected by a Type 1 body belt or body harness system? (22.E.15)

12. Are workers provided fall protection whenever they are exposed to falls of 1.8 m (6 ft) or greater? (27.E.06)

13. Remarks: (Enter actions taken for “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666d-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 2

Page 126: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR SCAFFOLDS – OTHER TYPES

Contractor # and title: Equipment name & number: Owned or leased? Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Does the scaffold have a standard guardrail system? (21.B) 2. Are scaffolds and their components capable of supporting without failure at least 4 times the maximum anticipated load? (22.B.01(a))

3. Are scaffolds plumb and level? (22.B.03) 4. Do scaffolds (other than suspended scaffolds) bear on base plates upon sills or other adequate foundation? (22.B.04)

5. all planking overlapped or secured from movement? (22.B.06(e)) 6. Do scaffolds planks extend over their end supports not less than 6 inches (unless planking is manufactured with restraining hooks or equivalent means) nor more than 12 inches? (22.B.06)

7. Is planking supported or braced to prevent excessive spring or deflection and secured and supported to prevent loosening tipping, or displacement? (22.B.06(e))

8. Has a ladder or equivalent safe access been provided? (22.B.08(a)) 9. In a built-in ladder is part of a scaffold system, does it conform to the requirements for ladders? (22.B.08(b))

10. Has a ladder or equivalent safe access been provided? (22.B.08(a)) 11. When the scaffold height exceeds 4 times the minimum scaffold base dimension, is the scaffold secured to the wall or structure? (22.B.09)

12. Is the use of brackets on scaffolds prohibited unless the tipping effect is controlled? (22.B.10)

13. Are all scaffolds 60 feet or less in height constructed in accordance with Table 22-1?

14. Where wood poles are spliced are the ends squared and the upper section rests squarely on the lower section? (22.D.03(a))

15. Are ledgers long enough to extend over a minimum of two poles and reinforced by bearing blocks nailed to the side if the pole to form a support for the ledger (22.D.04(c))?

16. Are independent pole scaffolds set as near to the wall of the building as possible? (22.A.05)

17. Is each person supported by a suspended scaffold protected by a Type 1 body belt or body harness system? (22.E.15)

18. Do all parts of suspended scaffold, hoist, ropes, brakes, and anchorages been inspected prior to being placed in services? (22.E.04)

SAD Form 1666d-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 3

Page 127: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR SCAFFOLDS – OTHER TYPES

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 19. Are outrigger beams made of structural metal and restrained to prevent movement? (22.E.02)

20. Does each hoist have a name plate with the manufactures name, maximum load rating, identification number, and wire rope specifications? (22.E.08(b))

21. Are suspended scaffolds guyed, braced, guided, or equipped with a tag line to prevent swaying? (22.E.10)

22. Are two-point suspension scaffold platforms between 20 and 36 inches wide and securely fastened to the hangers? (22.E.11(a))

23. Is each person supported by a suspended scaffold protected by a body harness system attached by a lanyard to a lifeline, trolley line, or scaffold structural member? (22.E.15)

24. Is each bracket, except for wooden bracket form scaffolds, attached to the supporting formwork or structure supporting member, or form carpenter’s bracket scaffolds only, by a bolt extending through to the opposite side of the structure’s wall? (22.H.01)

25. Are horse scaffold constructed or arranged in two tiers or less? (22.H.01)

26. Do pump jack scaffolds carry a working load of 500 pounds or less (22.I.01)

27. Are crane supported work platforms used only when the erection, use and dismantling of conventional means of scaffold reaching work site, such as a personnel hoist, ladder, stairway, or scaffold would be more hazardous or is not possible because of structural design or work site? (22.F.01)

28. Has the person responsible for the lift prepared an AHA and attested to the need for the operation in writing? (22.F.01)

29. Has the person responsible for the lift signed the AHA and submitted it to the GDA for acceptance? (22.F.01)

30. Remarks: (Enter actions taken for “no” answers)

SAD Form 1666d-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 3

Page 128: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR SCAFFOLDS – OTHER TYPES

30. (cont.) Remarks: (Enter actions taken for “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666d-R Previous editions may be used for contract submittals prior to Nov 03. Page 3 of 3

Page 129: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR CRAWLER TRACTORS AND DOZERS

Contract # and title: Equipment name & number: Owned or leased? Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Are initial and daily/shift inspection records available? (16.A.01& .02) 2. Are only qualified operators assigned to operate mechanized equipment? (16.A.04)

3. Are sufficient lights provided for night operations? (16.A.11) 4. Is the unit shut down before refueling? (16.A.14) 5. Does the unit have as a minimum a 5-B:C fire extinguisher? (16.A.34) 6. Is there an effective, working reverse alarm? (16.B.01) 7. Are moving parts, shafts, sprockets, belts, etc., guarded? (16.B.03 ,07, and 13)

8. Is protections against hot surfaces, exhausts, etc., provided? (16.B.03 and .13)

9. Are fuel tanks located in a manner to prevent spills or overflows from running onto engine exhaust or electrical equipment? (16.B.04)

10. Are exhaust discharges directed so they do not endanger person of obstruct operator vision? (16.B.05)

11. Are seat belts provided? (16B.08) 12. Is protection (grills, canopies, screens) provided to shield operator from falling or flying objects? (16.B.10 and .11)

13. Is roll over protection provided? (16.B.12) 14. Remarks: (Enter actions taken for “no” answers)

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 2

Page 130: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR CRAWLER TRACTORS AND DOZERS

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 14. (cont.) Remarks: (Enter actions taken for “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 2

Page 131: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR CUTTING/WELDING OPERATIONS

Contractor # and title: Equipment name & number: owned or leased? Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Is a compatible fire extinguisher immediately available? (10.C.01) 2. Is the area free of combustible materials, explosive atmosphere (flammable gases, liquids, etc.) or oxygen-enriched atmosphere? (10.C.02)

3. Are workers and the public shielded from rays, flashes, sparks, molten metal and slag? (10.C.04)

4. Are all passageways, ladders, stairways, etc. kept clear of hoses or cables? (10.A.05)

5. Are electrical welding units, shutdown when unattended? (10.E.11) 6. Are the frame of arc welding and cutting machines grounded? (10.E.04) 7. Are cable free of splices or repaired insulation within 10 feet of the rod holder? (10.E.03)

8. Have welding leads been checked to ensure there is no contact with the metal parts or the support suspended scaffolds? (10.E.09)

9. Are torch valves and gas supply shut off when work is suspended (10.D.06)?

10. When work is suspended, are torches, hoses, etc, removed from confined spaces? Tanks are prohibited in confined spaces (10.D.06)

11. When cylinders are stored, in transit are the regulators removed and protective caps installed? (20.D.07)

12. Are all compressed gas cylinders secured upright position at all times, except when being hoisted? (20.D.10)

13. Are upright cylinders secured in racks or hand trucks? (20.D.03) 14. Are cylinders stored in well ventilated locations, segregated by gas type, and away form flammable and combustible materials? (20.D.03)

15. Are oxygen cylinders in storage and fuel gases separated by a fire resistive wall or by a distance of 20 feet? (20.D.03)

16. Are “No Smoking” signs posted around cylinders storage areas? (20.D.03)

17. Have oxyfuel or other gas-oxygen cutting and welding systems been equipped with revere-flow check valves and flame arrestor in each hose between the torch and the regulator? (10.S.07)

18. Is a pressure gauge provided on all pressurized equipment and system?

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 2

Page 132: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR CUTTING/WELDING OPERATIONS

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 19. Remarks: (Enter actions taken for “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 2

Page 133: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR DEMOLITION OPERATIONS

Contract # and title: Equipment name & number: Owned or leased? Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Prior to initiating demolition activities has a demolition plan and engineering asbestos, and lead surveys been completed by a Registered Professional Engineer? (23.A.01)

2. Have all electric, gas, water, steam, sewer, and other service lines been shut off, capped or otherwise controlled outside the building line before demotion is started? (23.A.02)

3. Has it been determined if any hazardous building materials, hazardous chemicals, gases, explosives, flammable materials, or hazardous substances have been used in any building construction, pipes, tanks, or other cause, have the floors and walls been shored or braced? (23.A.03)

4. Have test results been provided to the GSA and Contractor’s designed authority? (23.A.03)

5. When employees work within a structure to be demolished which has been damaged by fire, flood, explosion, or other cause, have the floor and walls been shored or braced? (23.A.04)

6. Has each story of exterior wall and floor been removed or dropped into the storage space below before commencing the removal of exterior walls and floors in the next story below? (23.A.05)

7. Is everyone protected from the fragmentation of glass? (23.A.06) 8. Have employee entrances to multistory structures being demolished been protected by sidewalk sheds, canopies, or both? (23.A.08)

9. Is the designated means of access indicated on the demolition plan? (23.A.09)

10. Are continuing inspections by a competent person being conducted during demolition to detect hazards resulting from weakened or deteriorated floors, walls or loosened material? (23.A.10)

11. Are chute opening into which debris is dumped protected by a guardrail 42 inches above the floor or other surface on which personnel stand to dump the material? (23.B.01)

12. Are signed warning of the hazard of failing materials posted at each side of the debris opening at each floor? (23.B.02)

13. Has a competent person been assigned to control operation of the chute gate and the backing and loading of trucks? (23.B.04)

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 3

Page 134: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR DEMOLITION OPERATIONS

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 14. Is the area surrounding the discharge end of the chute closed when operations are not in progress? (23.B.05)

15. Are chutes designed and constructed of such strength so to eliminate failure due to impact of materials or debris loaded therein? (23.B.07)

16. Do floor openings have curbs or stop-logs to prevent equipment from running over the edge? (23.B.09)

17. Are masonry walls, or sections of masonry, prohibited from falling in such quantities as to exceed the safe carrying capacities of the floors? (23.C.01)

18. Are employees prohibited from working on the top of a wall during hazardous weather? (23.C.03)

19. Are floor openings within 10 feet of any wall being demolished planked solid except when employees are kept out of the area below? (23.C.05)

20. Is debris and other material removed from floor arches and adjacent areas before demolishing? (23.D.02

21. Are safe walkways provided and used by personnel to enable them to reach any point without walking on exposed beams? (23.D.03)

22. Do plank ends overlap by at least 1 foot when laid together over solid bearing? (23.D.05)

23. Has planks been provided for workers razing steel framing? (23.E.01) 24. Is steel construction dismantled column-by-column and tier-by-tier? (23.E.02)

25. Are structural members being dismembered prohibited from overstressed? (23.E.03)

26. Are all persons prohibited from being in areas affected by demolition when balling or clamming is being done? (23.F.01)

27. Is the weight of the demotion ball within 50% of the crane’s rated capacity at the operating configuration? (23.F.02)

28. Is the ball attached to the load line with a swivel connection to prevent twisting and is it protected against accidental disconnection? (23.F.04)

29. Are all roof cornices or other ornamental stonework removed prior to pulling walls over? (23.F.06)

30. Remarks: (Enter actions taken for “no” answers)

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 3

Page 135: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR DEMOLITION OPERATIONS

22. (cont.) Remarks: (Enter actions taken for “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 3 of 3

Page 136: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR FORMS, FALSEWORK, AND CONCRETE OPERATIONS

Contract # and title: Equipment name & number: Owned or leased? Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Are protective clothes and equipment (boots, gloves, goggles, etc.) utilized when pouring concrete? (05.A.01)

2. Is overhead protection provided to prevent falling objects from striking workers or the public? ()

3. Is a signal person provided when the point of operation is not view of the vehicle, machine, or equipment operators? (8.B.04)

4. During welding or cutting operations, is protection from arc flashes, sparks, slag’s, etc., provided? (10.A.04)

5. Are vibrators, concrete finishers, portable electric tools properly grounded? (11.C.01(a))

6. Are good housekeeping practices enforce during construction? (14.C.01) 7. Are tools, materials, extension cords, hoses, and debris maintained so as not to create a tripping or other hazards? (14.C.04)

8. Have all protruding nails, rods, wires been removed, hammered down, or bent over? (14.B.01)

9. Is safe access to the operations provided? (16.B.04) 10. Do portable ladders extend at least 3 feet above roof, platform or landing? (21.D02(b))

11. Are portable ladders secured top, middle, and bottom? (21.D.08(b)) 12. Are transverse cleats provided where inclined ramps exceed 1-on-5 ratio? (21.F.01)

13. Are employees prohibited from working above or in positions exposed to protruding reinforcement steel or other impalement hazards unless provisions have been made to control the hazard? (27.A.02)

14. Are manually guided powered and rotating concrete troweling machines equipped with a control switch that will automatically shut off the power wherever the operator removes his/her hands from the equipment handle? (27.A.02)

15. Is all formwork, shoring, and bracing designed, fabricated, erected, supported, braced, and maintained so that it will safely support all vertical and lateral loads? (27.B.01)

16. Have the design, erection, and removal plans been submitted for review to the GDA? (27.B.02(b))

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 3

Page 137: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR FORMS, FALSEWORK, AND CONCRETE OPERATIONS

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 17. Have splices been designed and constructed to prevent bucking and bending? (27.B.04)

18. Is sufficient bracing provided to prevent bucking or displacement? (27.B.05)

19. IS shoring inspected prior to, during, and immediately after placement of concrete? (27.B.06(b))

20. Have all nails used to secure bracing or adjustable timber single post shores been driven home and the point of the nail bent over if possible? (27.B.09(g))

21. Is the material used for couplings made of structural type drop-forged steel, malleable iron, or structural grade aluminum? (27.B.10(a))

22. Are steel rods or pipes on which the jack climb or by which the forms are lifted designed specifically for that purpose (27.B.12(a))

23. Are precast concrete members adequately supported? (27.C.01)) 24. Are lifting insects which are embedded or otherwise attached to precast concrete members, other than lift-up members, capable of supporting at least four times the maximum intended load applied or transmitted to them? (27.C02(b))

25. Are lift-slab operations planned and designed by registered engineer or architect and are plans submitted to the DGA for review? (27.D.01)

26. Do threaded rods and other members that transmit loads to the jacks have a minimum safety factor of 2.5? (27.D.02(b))

27. Do hydraulic jacks used in lift-slab construction have a safety device which will cause the jacks to support the load in any position if the jack malfunctions) (27.D.02(e))

28. Is the jack blocked or cribbed when it is necessary to provide a firm foundation? (27.D.03(a))

29. Remarks: (Enter actions taken for “no” answers)

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 3

Page 138: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR FORMS, FALSEWORK, AND CONCRETE OPERATIONS

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 29. (cont.) Remarks: (Enter actions taken for “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 3 of 3

Page 139: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR PERMIT REQUIRED CONFINED SPACES (PRCS)

Contractor # and title: Equipment name & number: owned or leased? Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Has the contractor or GDA appointed in writing a competent person to evaluate the potential for permit required confined spaces? (06.I.01)

2. Is a list of non-permit and permit required confined spaces maintained at the job site? (06.I.01)

3. Have permit required confined spaces been identified with a sign? (06.I.01)

4. Are permit required confined spaces reevaluated at least annually or whenever they or their characteristics change in a way that could lead to reclassification? (01.I.01)

5. Do the entrants, attendants, supervisors, and contractors fully understand their duties? (01.I.01)

6. Have all employees with potential entry into a PRCS been notified of the existence, location, and hazards of the space? (01.I.02)

7. Is there a written PRCS program? (01.I.05) 8. Has the designated authority developed and implemented a system for preparation, issuance, use, and cancellation of entry permits? (01.I.06)

9. Have plans and procedures been developed and implemented for summoning rescue and emergency services? (01.I.06)

10. Has the designated official developed and implemented procedures to coordinate entry operations when more than one work crew are authorized entry? (01.I.06)

11. Have all employees been instructed not to enter PRCSs without the proper permit and without following the procedures and practices outlined in the permit? (06.I.07)

12. Have employees required to enter PRCSs or act as an attendant or entry supervisor been trained to acquire the understanding, knowledge, and skills necessary for the safe performance of their assigned responsibilities and duties? (06.I.07)

13. Has each member of the on-site rescue team/emergency practiced making PRCS rescues at least once every 12 months? (06.I.08)

14. Has the off-site rescue/emergency been informed of the hazards they may confront and been provided access to all permit spaces from which rescue may be necessary? (06.I.08)

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 2

Page 140: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR PERMIT REQUIRED CONFINED SPACES (PRCS)

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 15. Are retrieval systems or methods used wherever any authorized entrant entry a PRCS, unless the retrieval equipment would increase the overall risk of entry or would not contribute to the rescue of the entrant? (06.I.10)

16. Remarks: (Enter actions taken for “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 2

Page 141: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR PERSONAL PROTECTIVE EQUIPMENT

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 2

Contract # and title: Equipment name & number: Owned or leased? Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Do employees wear clothing suitable for the weather and work conditions? The minimum for field work is a short sleeve shirt, long trousers and leather or protective work shoes or boots. (05.A.07a)

2. Is protective footwear worn (rubber boots, steel-toed boots, etc.)? (05.A.08)

3. Do persons exposed to vehicle and equipment traffic, including signal persons or spotters wear apparel marked with reflectorized or high visibility material? (05.A.11)

4. Is overhead protection provided where the public or workers are subject to injury from falling objects? (05.A.12)

5. Are protective leg chaps worn by workers who operate chain saws? Protective leg chaps must meet ASTM Standard 107 (05.A.12)

6. Is eye and face protection provided when machines or operations present potential injury from physical, chemical or radiation agents? (05.B.01)

7. Do persons considered to be blind in one eye wear safety spectacles with side shields on the job? (05.B.03)

8. When sound-pressure level exceed 115 dB(A) steady-state is personal protection equivalent to the combination of earplug and ear muffs available? (05.C.04)

9. Are noise hazard areas marked with caution signs? (16.B.04) 10. Are all persons working in or visiting hard hat areas provided with and required to wear protective headgear? (05.D.01)

11. Has a respiratory protection program been developed when respiratory protective equipment is required? (05.E.01)

12. Is the compressor used to supply breathing air constructed and situated in a way to avoid entry of contaminated air into the supply system? (05.E.16)

13. Remarks: (Enter actions taken for “no” answers)

Page 142: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR PERSONAL PROTECTIVE EQUIPMENT

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 2

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 13. (cont.) Remarks: (Enter actions taken for “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

Page 143: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR PORTABLE LADDERS

Contract # and title: Equipment name & number: Owned or leased? Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Are all ladders of sufficient length and placed so that workers will not stretch or assume a hazardous position? (21.D.02(a))

2. Do portable ladders used as temporary access extend at least 0.9 m (3ft) above the upper landing surface? (21.D.02(b))

3. Are portable stepladders 20 feet or less in length? (05.A.11) 4. Are portable ladders secured by top, bottom, and intermediate fastenings as required to hold them rigidly in place and to support the loads which will be imposed upon them? (21.D.08(d))

5. Are metal spreader bars or locking devices provided to hold the front and back sections in an open position? (21.D.07)

6. Are wood ladders free of opaque covering, except for identification or warning labels that may be placed on only face of a side rail? (27.D.06)

7. Is work requiring lifting of heavy materials or substantial exertion prohibited from being performed from ladders? (21.D.09(b))

8. Are double-cheated ladders used when ladders are the only means of access to or from a working area fro 25 or more employees, or when ladder is to serve simultaneous two-way traffic? (21.D.09(b))

9. Do portable ladders have slip-resistant feet? (21.D.09(c)) 10. Are workers prohibited from moving, shifting, or extending ladders whiles occupied? (21.D.09(d))

11. Are broken or damaged ladders immediate tagged “DO NOT USE” or similar wording and removed from service until restored to a condition meeting their original design? (21.D.09(g))

12. Are ladder inspected for visible defects on a daily basis and after any occurrence that could affect their serviceably? (21.D.09(f)

13. Does the construction, installation and use of ladders conform to ANSI A14.1, ANSI A14.2, ANSI A14.3 and ANSI A14.4 as applicable? (21.D.01)

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 2

Page 144: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR PORTABLE LADDERS

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 14. Remarks: (Enter actions taken for “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 2

Page 145: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR PORTAL, TOWER, AND PILLAR CRANES

Contract # and Title: Equipment name & number: Owned or leased? Contractor: Subcontractor:

Contract Inspector: Date Inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Are the following available: (16.E.02)

a. Manufactures written erection instructions? b. Listing of the weight of each component? c. An activity hazard analysis for the erection? d. Does the activity hazard analysis contain

(1) Location of crane and adjacent structures? (2) Foundation design and construction requirements? (3) Clearance and bracing requirements?

2. Is there a boom angle indicator within the operator’s view? (16.E.04) 3. Are luffing jib cranes equipped with: (16.E.05)

a. Shock absorbing jib stops? b. Jib hoist limit switch? c. Jib angle indicator visible to operator?

4. If used, do rail clamps have slack between the point of attachment to the rail and the end fastened to the crane? (16E.06)

5. Are the following with the crane at all times: (16.C.02) a. The manufacturer’s operating manual? b. The load-rating chart? c. The crane’s logbook documenting use, maintenance, inspections and

tests? d. The operating manual for crane operational aids used on the crane?

6. Are all crane and derrick inspections performed by a qualified person? (16.C.12)

7. Are the following on the project site: a. Completed periodic inspection report prior to initial work? (16.C.12 and

Appendix H) b. Pre-operational checklist used for daily inspections? (16.C.12) c. Written reports of the operational performance tests? (16.C.13) d. Written reports of the load performance tests? (16.C.13)

8. Is every crane operator certified by a physician to be physically qualified to perform work? (16.C.05)

9. Are all operators qualified by written and practical exam or by appropriate licensing agency for the type crane they are to operate? (16.C.05)

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 2

Page 146: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR PORTAL, TOWER, AND PILLAR CRANES

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 10. Is the crane designed and constructed IAW the standards listed in Table 16-1? (16.C.05)

11. Is a activity hazard analysis for set-up and set-down available? (16.C.08) 12. Are there at least 3 wraps of cable on the drum? (16.C.10) 13. Are the hoisting ropes installed IAW the manufacturer’s recommendations? (16.C.10)

14. Is the record of manufacturer’s approval of any modification of equipment which affects its capacity or safe operation? (16.A.07)

15. Remarks: (Enter actions taken) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 2

Page 147: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR RIGGING

Contract # and title: Equipment name & number: Owned or leased? Contractor

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Is rigging equipment inspected IAW manufacturer specifications, by a competent person prior to use on each shift? (15.A.01)

2. Has all defective rigging been removed? (15.A.01) 3. Is rigging stored properly? (15.A.01) 4. Are running lines within 6.5’ of the ground or working level guarded by a physical barriers? (15.A.03)

5. Are all eye splices made in an approved manner with rope thimbles? (Sling eyes excepted) (15.A.04)

6. Are positive latching devices used to secure loads? (15.A.05) 7. Are all custom lifting accessories marked to indicate their safe working loads? (15A.07)

8. Are all custom designed lifting accessories proof-tested to 125% of their rated load? (15.A.07)

9. Are the following conditions met for wire rope: (15.B.01-09) a. Are they free of rust or broken wires? b. Are defective ropes cut up or marked as unusable? c. Do the rope clips attached with U-bolts have the U-bolts on the dead end

or short end of the rope? d. Are protruding ends of strands in splices on slings and bridles covered or

blunted?

10. Are the following conditions met for chain? (15.C.01-04) a. Are chains inspected prior to use and weekly thereafter? b. Do all coupling links or other attachments have rated capacities at least

equal to that of the chain. c. Are makeshift fasteners restricted from use?

11. Are the following conditions met for fiber rope:(15.D.01-07) a. Are all ropes protected from freezing, excessive heat or corrosive

materials? b. Are all ropes protected from abrasion? c. Are splices made IAW manufacture’s recommendations? d. Do all eye splices in manila rope contain at least 3 full tucks and do all

short splices contain at least 6 full tucks (3 on each side of the centerline of the splice)?

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 3

Page 148: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR RIGGING

11. Are the following conditions met for fiber rope:(15.D.01-07) a. Do all splices in layed synthetic fiber rope contain at least 4 full tucks

and do short splices contain at least 8 full tucks ( 4 on each side of the centerline of the splice)?

b. Do the tails of fiber rope splices extend at least 6 rope diameters (for rope 1” diameter or greater) past the last full tuck?

c. Are all eye splices large enough to provide an included angle of not greater than 60* at the splice when the eye is placed over the load or support?

12. Are the following conditions met for all slings:(15.E.01-06) d. Is protection provided between the sling and sharp surfaces? e. Do all rope slings have minimum clear length of 40 times the diameter

of component ropes between each end fitting or eye splice? f. Do all braided slings have a minimum clear length of 40 times the

diameter of component ropes between each end fitting or eye splice? g. Do all welded alloy steel chain slings have affixed permanent

identification stating diameter, rated load, lift capacity in vertical, choker, basket configuration, and date placed in service?

h. e. Is each synthetic web sling marked or coded to identify its manufacturer, rated capacities for each type hitch and the type material?

13. Are drums, sheaves, and pulley smooth and free of surface defects that may damage rigging? (15.F.01)

14. Is the ratio of the diameter of the rigging and the drum, block sheave or pulley thread diameter such that the rigging will adjust without excessive wear, deformation, or damage? (15F.02)

15. Have all damaged drums, sheaves and pulleys been removed from service? (15.F.04)

16. Are all connections, fittings, fastenings, and attachments of good quality, proper size and strength, and installed IAW manufacturer’s recommendations? (15.F.05)

17. Are all shackles and hooks sized properly? (15.F.06 & .07) 18. Are hoisting hooks rated at 10 tons or greater provided with safe handling means? (15.F.07)

19. Do all drums have sufficient rope capacity? (15.F.08) 20. Is the drum end of the rope anchored by a clamp securely attached to the drum in a manner approved by the manufacturer? (15.F.08)

21. Do grooved drums have the correct groove pitch for the diameter of the rope and is the groove depth correct? (15.F.08)

22. Do the flanges on grooved drums project beyond the last layer of rope at a distance of either 2” or twice the diameter of the rope, whichever is greater? (15.F.08)

23. Do the flanges on un-grooved drums project beyond the last layer of rope a distance of either 2.5” or twice the diameter of the rope, which ever is greater.

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 3

Page 149: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR RIGGING

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 24. Are the sheaves compatible with the size of rope used and as specified by the manufacture? (15F.09)

25. Are sheaves properly aligned, lubricated, and in good condition? (15.F.09) 26. When rope is subject to riding or jumping off a sheave, are sheaves equipped with cable keepers? 915.F.09)

27. Are eyebolts loaded in the plane of the eye and at angles less than 45* to the horizontal? (15.F.10)

28. Remarks: (Enter actions taken for “no” answers.) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety/project manager signature

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 3 of 3

Page 150: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR SANITATION/HOUSEKEEPING

Contract # and title: Equipment name & number: Owned or leased? Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Does the work site have an adequate supply of drinking water? Cool water shall be provided during hot weather (02.B.01)

2. Are only approved potable water systems used for distribution of drinking water? (02.B.01a)

3. Are potable drinking water dispensers designed, constructed, and serviced to ensure sanitary conditions; capable of being closed; and equipped with a tap; and clearly marked “DRINKING WATER”? (02.B.04)

4. Is the use of a common cup prohibited? (02.B.06) 5. Are outlets dispensing nonpotable water conspicuously posted with weaning labels “CAUTION- WATER UNSAFE FOR DRINKING, WASHING, OR COOKING”? (02.B.07)

6. Where sanitary sewers are not available have chemical, recirculation, combustion, or other toilet systems as approved by state/local government been provided? (02.C.01)

7. Are toilet facilities constricted that the occupants are protected against weather or falling objects; all cracks sealed; and the door tight-fitting, self-closing, and capable of being latched? (02.C.03)

8. Are provision in place before placing toilet facilities into operation for the routine serving and cleaning of all toilets and sewage disposal (02.C.08)

9. Have washing facilities been provided as needed to maintain healthful and sanitary conditions? (02.D.01)

10. Whenever employees are required to shower, have the showers been provided with one shower for every 0 employees of each sex; body soap; hot and cold running water; and individual clean towels? (02.D.03)

11. Are all food and beverages prohibited from being consumed in toilet rooms or in an area exposed to toxic materials? (02.E.03)

12. Are work areas and means of access maintained and kept safe and orderly? (14.C.01)

13. Are daily inspections conducted in work area for adequate housekeeping? (14.C.01)

14. Area all stairways, passageways, gangways, and accessways kept free of materials, supplies and obstructions at all times? (14.C.02)

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 2

Page 151: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR SANITATION/HOUSEKEEPING

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 15. Is scrap lumber, forms and debris kept cleared from work areas and accessways in and around building storage yards and other structures? (14.C.02)

16. Are storage and constructions sites kept free from the accumulation of combustible materials (14.C.09)

17. Remarks: (Enter actions taken for “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 2

Page 152: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR SCAFFOLDS – METAL FRAME

Contract # and title: Equipment name & number: Owned or leased? Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A1. Does the scaffolds have a standard guardrail system including toeboards (21.B)

2. Are scaffolds and their components capable of supporting without failure at least 4 times the maximum anticipated load? (22.B.01(a))

3. Do scaffolds and their components meet the requirements contained in ANSI A10.8? (22.B.01(a))

4. Are scaffolds plumb and level? (22.B.03) 5. Do scaffolds (other than suspended scaffolds) bear on base plates upon sills or other adequate foundation? (22.B.04)

6. Is all planking overlapped or secured from movement? (22.B.06(e)) 7. Do scaffolds planks extend over their end supports not less than 6 inches (unless planking is manufactured with restraining hooks or equivalent means) nor more than 12 inches? (22.B.06)

8. Is planking supported or braced to prevent excessive spring or deflection and secured and supported to prevent loosening tipping, or displacement? (22.B.06(e))

9. In a built-in ladder is part of a scaffold system, does it conform to the requirements for ladders? (22.B.08(b))

10. Has a ladder or equivalent safe access been provided? (22.B.08(a)) 11. When the scaffold height exceeds 4 times the minimum scaffold base dimension, is the scaffold secured to the wall or structure? (22.B.09)

12. Is the use of brackets on scaffolds prohibited unless the tipping effect is controlled? (22.B.10)

13. Are sections of metal scaffolds securely connected and all braces securely fastened? (22.C.02)

14. Do all tube and coupler scaffolds have posts, runners, bracing of nominal 2-inch steel tubing or pipe? (22.C.04(a))

15. Are all tube and coupler scaffolds constructed to support 4 times the maximum intended loads? (22.C.04(c))

16. Are metal frame scaffolds properly braced by cross, horizontal, or diagonal braces (or combination of these) to secure vertical members together laterally? (22.C.05(b))

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 2

Page 153: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR SCAFFOLDS – METAL FRAME

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A17. Do all wheels and casters on rolling scaffolds have a positive locking device, securely fastened to the scaffold, to prevent accidental movement? (22.C.06(e))

18. Is the height of a free-standing mobile scaffold no more than three times the smallest base dimension? (22.C.06(e))

19. Remarks: (Enter actions taken for “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 2

Page 154: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR SCRAPERS, MOTOR GRADERS, AND OTHER MOBILE EQUIPMENT

Contract # and title: Equipment name and number: Owned or leased? Contractor: Subcontractor:

Contractor inspector: Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Are initial and daily/shift inspection records available? (16.A.01 & .02) 2. Are only qualified operators assigned to operate equipment? (16.A.04) 3. Are sufficient lights provided for night operations? (16.A.11) 4. Does the unit have as a minimum a 5-B:C fire extinguisher? (16.A.26) 5. Is there an effective working reverse alarm? (16.B.01) 6. Is the unit shut down for refueling? (16.A.12) 7. Are moving parts, shafts, sprockets, belts, etc., guarded? (16.B.03, .07 and .13)

8. Is protection against hot surfaces, exhausts, etc., provided? (16.B.03 and .13)

9. Are fuel tanks located in a manner to prevent spills or overflow from running onto engine exhaust or electrical equipment? (16.B.04)

10. Are exhaust discharges directed so they do not endanger persons or obstruct operator vision? (16.B.05)

11. Are seat belts provided for each person required to ride on the equipment? (16.B.08)

12. Is protection (grills, canopies, screens) provided to shield operators from falling or flying objects? (16.B.10 and .11)

13. Is roll over protection provided (ROPS)? (16.B.12) 14. Is a safe means of access to the cab provided (steps, grab bars, non-slip surfaces)? (16.B.03)_

15. Are adequate head and taillights provided? (16.A.07) 16. Have brakes been tested and found satisfactory? (16.A.07) 17. Does the unit have an emergency brake which will automatically stop the equipment upon brake failure? Is this system manually operable from the drivers position? (16.A.07)

18. Is all equipment with windshields equipped with powered wipers and defogging or defrosting system? (16.A.07)

19. Are all vehicles that will be parked or moving slower than normal traffic on haul roads equipped with a yellow flashing light or flasher visible from all directions? (16.A.13)

20. Is the slow moving emblem used on all vehicles which by design move at 25 MPH or less on public roads? (08A.04)

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 2

Page 155: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR SCRAPERS, MOTOR GRADERS, AND OTHER MOBILE EQUIPMENT

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 21. Have air tanks been tested and certified? (20.A.01) 22. Is an air pressure gage in working condition installed on the unit? (20.A.12)

23. Does the air tank have an accessible drain valve? (20.B.17) 24. Remarks: (Enter action taken for all “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 2

Page 156: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR STRUCTURAL STEEL ERECTION

Contract # and title: Equipment name & number: Owned or leased? Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Prior to beginning any structural steel erection project is a Steel Erection Plan submitted to the GDA for review and acceptance? (02.B.01)

2. Before authorizing the commencement of steel erection, dose the contractor provide the following written notifications?

a. Footings, piers, and mortar in the masonry piers and walls has attained either 75% of the intended minimum compressive design strength or sufficient strength to support the load imposed during steel erection.

b. Any repairs, replacements, and modifications to anchor bolts. (27.E.04)

3. Has each employee who might be exposed to fall hazards been trained in the safe use of access ways and fall protection systems? (27.F.11)

4. Are adequate access roads provided into and through the site for the safe delivery and movement of cranes, trucks, other necessary equipment and materials? (27.C.05a)

5. Are hoisting operations in steel erection pre-planned? (27.C.05c) 6. Are floor and/or roofs opening covered and labeled “HOLE” or “COVER”? (27.E.16)

7. Are ladders secured at the top and bottom? (21.D.16) 8. Do ladders extend 3 feet past the leading edge of the leading edge or has a grab rail been installed? (21.D.02)

9. Are fall protection devices (lifelines, belts and harnesses) used? Body belts are used for position only? (21.C.01)

10. When vertical lifelines are used, is each lifeline independently attached? (21.C.09a)

11. Are work areas and means of access maintained and kept safe and orderly? (14.C.01)

12. Are daily inspections conducted in work area for adequate housekeeping? (14.C.01)

13. Area all stairways, passageways, gangways, and accessways kept free of materials, supplies and obstructions at all times? (14.C.02)

14. Are storage and constructions sites kept free from the accumulation of combustible materials (14.C.09)

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 2

Page 157: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR STRUCTURAL STEEL ERECTION

This checklist is based on EM 385-1-1, dated 3 November 2003 Yes No N/A 15. Remarks: (Enter actions taken for “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 2

Page 158: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR TREE WORK, MAINTENANCE, OR REMOVAL OPERATIONS

Contract # and title: Equipment name & number: Owned or leased? Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Have all employees been trained in the safe and proper use of equipment? (31.A.04(b))

2. Are chain saws prohibited from being refueled while running, hot or near open flames and from being started within 10 feet of a fuel container? (13.F.04)

3. Has eye, ear, hand, foot, or leg protection bee provided? (13.F.03) 4. Are all chain saw cuts have an automatic chain brake or kickback device? (13.F.06)

5. Has the area been cleared of brush, felled trees, etc. prior to cutting? (13.C.04)

6. Is tree removal, trimming, or repair under the supervision of a qualified tree worker? (31.A.01)

7. Are all tools carried in bag or belts – not in pockets or the top of a boot? (31.B.07)

8. Are brush chippers operated and maintained in accordance with manufactures recommendations? (31.D.03(h))

9. Are climber spurs of the tree climbing type? (31.B.01(a)) 10. Are pole pruners, pole saws, and other similar tools equipped with wood or nonmetallic handles? (31.E.01(a))

11. Are all chain saws cuts made below the operators shoulder height? (13.F.06)

12. Remarks: (Enter actions taken for “no” answers)

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 12. (cont.) Remarks: (Enter actions taken for “no” answers)

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 2

Page 159: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR TREE WORK, MAINTENANCE, OR REMOVAL OPERATIONS

This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard. Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 2

Page 160: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR TRENCHING AND EXCAVATION COMPETENT PERSON

Contractor # and title: Equipment name & number: Owned or leased? Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

Weather (circle one) Dry Raining Previous Rain Freezing Snow/Ice COMPETENT PERSON INFORMATION Yes No N/A

1. Competent Persons Name:__________________________________ Length of experience in this occupation:_______________________ Length of employment with this employer:_____________________

2. Does the designated individual have training in: a. Soil Analysis? b. Use of protective equipment and systems? c. Meet the requirements of 29 CFR 1926.650, 651 & 652?

3. Does the designated individual have knowledge of: a. Soil analysis? (describe types of soils and properties) b. Use of protective systems? (What method is being used and how

was it determined) c. Requirements of 29 CFR 1926.650, 651 & 652?

4. Does the designated person have authority to: a. Take prompt corrective action to eliminate existing and predictable

Hazards? b. Stop work in dangerous situations?

GENERAL 5. When was the last inspection of the excavation conducted? 6. Was an inspection accomplished and documented prior to the start of work?

7. Where inspections accomplished and documented as needed throughout the work shift?

8. Where inspections accomplished and documented after rains or other hazardous conditions increased?

9. Is the excavations 5 feet or greater? WATER CONDITIONS

10. Is dewatering equipment being used on the site? 11. If yes is the competent person monitoring the equipment and its proper operation?

12. Has the excavation been subject to water accumulation? 13. Has the soil in the trench adversely affected? 14. If yes has the competent person inspected the excavation and taken action?

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 2

Page 161: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR TRENCHING AND EXCAVATION COMPETENT PERSON

EGRESS

15. Is a means of egress provided every 25 feet? 16. Is a ramp used for access or egress to the excavation? (If no, skip to the next section)

17. Is the ramp used solely for employee access? 18. If yes is it designed by the competent person for safe egress and access?

19. Does the ramp meet specifications? CONFINED SPACES

20. Is there a potential for a hazardous atmosphere in the trench? If not, why?

21. Is air monitoring equipment on site? 22. Has a qualified person been assigned to assess the confined space? 23.Is emergency rescue equipment as outline in 29 CFR 1926.651(g)(2)(l) readily accessible to employees?

________________________________________________ ______________ Government Inspector Date ________________________________________________ ______________ Signature of Competent Person (contractor) Date ________________________________________________ ______________ Print Name of Competent Person Date

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 2

Page 162: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR TRENCHING AND EXCAVATION OPERATIONS

Contractor # and title: Equipment name & number: Owned or leased? Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Have underground utilities (e.g. sewer, gas, communication, water, fuel) been located prior to excavation? (25.A.01a)

2. In areas where there are known or suspected unexploded ordinance, has the area been cleared by qualified explosive ordinance (EOD) Personnel? (25.A.01b)

3. When required does the contractor obtain a digging permit from Base Civil Engineers or appropriate authority prior to initiation excavation work? (25.A.01b)

4. Are excavations, the adjacent areas, and protective systems inspected daily (25.A.02a)

5. When excavations are over 5 feet in depth or greater protected by benching, layback or shoring? (25.A.03)

6. When excavations are undercut, is the overhanging material safely supported? (25.A.05)

7. Have methods been to control the accumulation of water in excavations? (25.A.06)

8. Are employees protected from falling material (loose rocks or soil)? (25.A.07)

9. Are substantial stop logs or barricades installed where vehicles or equipment are used or allowed adjacent to an excavation? (25.A.08a)

10. Are all wells, calyx holes, pits, shafts, etc barricaded or covered? (25.B.02)

11. Are walkways provided where employees or equipment are required or permitted to cross over excavations? (25.B.04)

12. Where employees are required to enter excavations is access/egress provided every 25 feet laterally? (25.B.05)

13. Are support systems drawn from manufacture’s tabulated data in accordance with all manufactures specifications? (25.D.01a)

14. Are copies of the tabulated data maintained at the job site? (25.D.01b) 15. Are members of support systems securely connected together? (25.D.03a)

16. Are shields installed in a manner to restrict lateral or other hazardous movement? (25.D.04b)

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 2

Page 163: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR TRENCHING AND EXCAVATION OPERATIONS

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 17. Remarks: (Enter actions taken for “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666e-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 2

Page 164: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR CRANE INSPECTIONS

Contract # and title: Equipment name and number: Owned or leased? Contractor: Subcontractor:

Contractor inspector: Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Are inspection of cranes and derricks conducted in accordance with applicable ANSI/ASME standards, OSHA regulations, and manufactures specifications? (16.C.12(a))

2. Are inspections performed by a qualified person? (16.C.12(b)) 3. Did the contractor notify the GDA at least 24 hours prior to any inspection/test so that the GDA may be available to observe the inspection/test? (16.C.12(c))

4. Initial Test - Prior to initial use, are all new and altered cranes inspected by a qualified person to ensure compliance with all applicable standards? (16.C.12(c)(1))

5. Functional Test Inspection – At the beginning of every operation (at the beginning of each shift), does the operator or designated person conduct a (pre-operational) inspection? (16.C.12(c)(2)

6. If a checklist is used for pre-operational inspections, is a copy maintained at the project site? (16.C.12(c)(2)(a))

7. If a checklist is not used for pre-operational inspections, is the operator’s log? (16.C.12(c)(2)(b)

8. Frequent Inspections – Are frequent inspections (visual and audible examination of the crane) conducted? a. Normal service – Monthly b. Heavy service – Weekly to monthly c. Severe service – Daily to weekly (16.C.12(c)(3))

9. Periodic Inspections - Are periodic inspections (visual and audible examination of the crane) conducted? a. Normal service – Yearly b. Heavy service – Yearly c. Severe service – Quarterly (16.C.12(c)(3))

10. Are infrequent services cranes that have been idle for a period one month or more, but less than one year inspected in accordance with 16.C.12(c)(3)? (16.C.12(5)(a))

11. Are infrequent services cranes that have been idle for a period one year or more inspected in accordance with 16.C.12(c)(3)? (16.C.12(5)(b)

SAD Form 1666f-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 2

Page 165: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR CRANE INSPECTIONS

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 12. Are infrequent services cranes, exposed to adverse environmental conditions, inspected more frequently as determined by the GDA or the Contractor with the concurrence of GDA? (16.C.12(5)(b))

13. When required, is an operational performance test conducted? a. Before initial use of a crane in which a load bearing (excluding the

rope) or load controlling part or component, brake, travel component, or clutch have been altered, replaced, or repaired.

b. Ever time a crane is reconfigured or reassembly to include booms. c. Ever time a crane is brought onto a USACE project; and d. Ever year. (16.C.13(c)(1))

14. When required, is a load performance test conducted? a. Before initial use of a crane in which a load bearing (excluding the

rope) or load controlling part or component, brake, travel component, or clutch have been altered, replaced, or repaired.

b. Every time a crane is reconfigured or reassembled after disassembly to include boom; and

c. Every 4 years. (16.C.13(c)(2)

15. Is the test load not less than 110 percent of the anticipated load and not greater than 100 percent of the manufacturer’s load rating capacity chart at the configuration of the test?

16. Is a written report of the performance test showing the test procedures and confirming the adequacy of repairs or alterations, maintained with the crane or at the on-site project office?

17. Remarks: (Enter action taken for all “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager

SAD Form 1666f-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 2

Page 166: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR MATERIAL HOISTS

Contract # and title: Equipment name & number: Contractor:

Subcontractor:

Contract Inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Prior to initial use on any USACE project, and at least monthly thereafter, is a periodic inspection conducted by a qualified person? (16.K.05)

a. Are periodic inspections conduction IAW manufacturer’s specification?

b. At a minimum are sheaves, racks, pinions, guy ties, connections, miscellaneous clamps, braces, and similar parts?

c. Is the GDA notified at least 24 hours prior to any inspections? d. Are pre-operational inspections conducted prior to every operation

(shift) of the hoist?

2. Are all hoist towers, masts, guys or braces, counterweights, drive machinery supports, sheave supports, platforms, supporting structures, and accessories designed by a licensed engineer? (16.K.02)

3. Is a copy of the hoist-operating manual available? (16.K.04) 4. Do all floors and platforms have slip-resistant surfaces? (16.K.08) 5. Are landings and runways adequately barricaded and is overhead protection provided where needed? (16.K.08)

6. Are hoisting ropes installed IAW manufacturer’s instructions? (16.K.10)

a. Are there at least three (3) full wraps of cable on the drums of the hoist at all times?

b. Does the rope or crane manufacturer specify the drum end of the rope anchored to the drum by an arrangement?

c. Are personnel prohibited from riding on material hoists or other hoisting equipment?

7. Are operating rules posted at the hoist operator’s station? (16.K.14) 8. Are air-powered hoists connected to an air supply of sufficient capacity and pressure to safely operate the hoist? (16.K.15)

9. Are pneumatic hoses secured by some positive means to prevent accidental disconnection? (16.K.15)

SAD Form 1666g-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 2

Page 167: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR MATERIAL HOISTS

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 10. Remarks: (Enter actions taken for all “no” answers.) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager signature

SAD Form 1666g-R Previous editions may be used for contract submittals prior to Nov 03. Page 2 of 2

Page 168: Seymour Johnson AFB, North Carolina

SAFETY CHECKLIST FOR EARTH DRILLING EQUIPMENT

Contract # and title: Equipment name & number: Contractor:

Subcontractor:

Contractor inspector:

Date inspected:

This checklist references EM 385 1-1, revised 3 November 2003 Yes No N/A 1. Is a copy of the manual for all drilling equipment available? (16.M.02)

2. Have all overhead electrical hazards and potential ground hazards been identified in a site layout plan and addressed in an activity hazard analysis? (16.M.02)

3. Are MSDSs for all drilling fluids available? (16.M.05) 4. Does the drilling equipment have 2 easily accessible emergency shut down devices (one for the operator and one for the helper)? (16.M.06)

5. Is the equipment posted with a warning of electrical hazards? (16.M.07)

6. Is there a spotter or an electrical proximity-warning device available to ensure safe distances from power lines are maintained? (16.M.07)

7. Remarks: (Enter actions taken for “no” answers) This checklist is a work simplification tool. It is not intended to replace safety and health standards, manufactures operating/maintenance manuals or national conscious standards. For current information consult the appropriate directive, manual or standard.

Contractor inspector signature

Contractor QC/safety officer/project manager

SAD Form 1666h-R Previous editions may be used for contract submittals prior to Nov 03. Page 1 of 1

Page 169: Seymour Johnson AFB, North Carolina

REPORTING OF SAFETY MEETING _________________________________________ (INSTALLATION, FIELD OFFICE, JOB, ETC.)

THRU EN CD OP RE

TO SO

FROM:

DATE: _____________________________ TIME: _________________ (A.M./P.M.)

NO. EMPLOYEES PRESENT _____________ DURATION: _________________________

Old Business: (Review report of last meeting. Follow up on action taken or anticipated tocorrect any safety deficiencies brought up at last meeting. Discuss any unfinishedbusiness.)

New Business: (Discuss any unsafe acts or conditions observed since last safety meeting andany mishaps or injuries which occurred during the week.)

Safety Presentation: (Safety talk, movie, or slide presentation on subject that is relevantto operation at hand.)

DATE AND TIME OF NEXT MEETING

_______________________________ ____________________________________ (Signature and Title)

SAD FL 198, 1 APR 80

Page 170: Seymour Johnson AFB, North Carolina

# OFUNITS

UNITAREAS

MINUNIT

TOTALHRS

UNITPRICE COST UNIT

PRICE COST UNITPRICE COST UNIT

WTTOTAL

WT

TOTAL THIS SHEETDA Form 5418-R

MATERIALTASK DESCRIPTION TOTAL

SHIPPING

COST ESTIMATE ANALYSIS

PROJECT

LOCATION

INVITATION/CONTRACTOR

CODE (Check one)____A ____B ____C____Other _________________

EFFFECTIVE PRICING DATE

QUANTITY LABOR EQUIPMENT

DRAWING NO.

ESTIMATOR

DATE PREPARED

SHEET OF SHEETSCHECKED BY

Page 171: Seymour Johnson AFB, North Carolina
Page 172: Seymour Johnson AFB, North Carolina
Page 173: Seymour Johnson AFB, North Carolina
Page 174: Seymour Johnson AFB, North Carolina
Page 175: Seymour Johnson AFB, North Carolina
Page 176: Seymour Johnson AFB, North Carolina
Page 177: Seymour Johnson AFB, North Carolina
Page 178: Seymour Johnson AFB, North Carolina
Page 179: Seymour Johnson AFB, North Carolina
Page 180: Seymour Johnson AFB, North Carolina
Page 181: Seymour Johnson AFB, North Carolina
Page 182: Seymour Johnson AFB, North Carolina
Page 183: Seymour Johnson AFB, North Carolina
Page 184: Seymour Johnson AFB, North Carolina
Page 185: Seymour Johnson AFB, North Carolina
Page 186: Seymour Johnson AFB, North Carolina
Page 187: Seymour Johnson AFB, North Carolina
Page 188: Seymour Johnson AFB, North Carolina
Page 189: Seymour Johnson AFB, North Carolina
Page 190: Seymour Johnson AFB, North Carolina
Page 191: Seymour Johnson AFB, North Carolina
Page 192: Seymour Johnson AFB, North Carolina
Page 193: Seymour Johnson AFB, North Carolina
Page 194: Seymour Johnson AFB, North Carolina
Page 195: Seymour Johnson AFB, North Carolina
Page 196: Seymour Johnson AFB, North Carolina
Page 197: Seymour Johnson AFB, North Carolina
Page 198: Seymour Johnson AFB, North Carolina
Page 199: Seymour Johnson AFB, North Carolina
Page 200: Seymour Johnson AFB, North Carolina
Page 201: Seymour Johnson AFB, North Carolina
Page 202: Seymour Johnson AFB, North Carolina
Page 203: Seymour Johnson AFB, North Carolina

REAL PROPERTY INVENTORY

ITEM TALLY TOTAL

COMMODES

LAVATORIES

URINALS

EXHAUST FAN (9")

EXHAUST FAN(OTHER)

WATER COOLER

HOTWATER HEATER

MOP SINK

AC PLANTLS 5 TN. 5-25 TN. 25-100 TN. OVER 100 TN.

AS (WINDOW TYPE)

FIRE ALARM SYSTEMMANUAL HALON SPRINKLER

EMERGENCY LIGHTS

UNIT HEATER

STRIP HEATER

COOLING TOWER

WALK-IN COOLER

AIR CURTAIN

EYE WASH

SHOWERS

BOILERGAS FIRED OIL FIRED STEAM

FUEL TANKUNDERGROUND OUTSIDE

Page 204: Seymour Johnson AFB, North Carolina

REAL PROPERTY INVENTORY

ITEM TALLY TOTAL

WASH BASIN

AIR COMPRESSOR

HOISTS

INVENTORY BY: DATA:

RECONCILED BY: DATA:

Page 205: Seymour Johnson AFB, North Carolina

REAL PROPERTY INVENTORY

ITEM TALLY TOTAL

INVENTORIED BY: DATE:

RECONCILED BY: DATE:

Page 206: Seymour Johnson AFB, North Carolina

AFZA-DE-RJ (420-10c) Date: _________________

MEMORANDUM FOR DEH ENVIRONMENTAL OFFICE

SUBJECT: Landfill Permit Application

1. Fill in the following information for each Contractor vehicle:

a. Landfill to Be Used: Sanitary _____ Demolition _____ Both _____

b. Company Name: ___________________________________________________

c. Contract Number: _______________________________________________

d. Project Title: _________________________________________________

e. Project Location: ______________________________________________

f. Date of Notice to Proceed: _____________________________________

g. Project Length (In Days): ______________________________________

h. Vehicle Make: __________________________________________________

i. Vehicle License Plate Number: __________________________________

j. Contract Inspector: ____________________________________________

2. Note: Applications must be forwarded to the Environmental Office by aGovernment Official (e.g., Contracting Officer's Representative or ProjectInspector). Applications delivered on any working day will be processed andavailable for pickup the following workday by 0830.

Page 207: Seymour Johnson AFB, North Carolina

DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352

(See reverse for public burden disclosure.)

1. Type of Federal Action:

a.b.c.d.e.f.

contractgrantcooperative agreementloanloan guaranteeloan insurance

2. Status of Federal Action:

a.b.c.

bid/offer/applicationinitial awardpost-award

3. Report Type:

a.b.

initial filingmaterial change

For Material Change Only: year quarter date of last report

4. Name and Address of Reporting Entity:

Congressional District, if known:

Prime SubawardeeTier , if known:

5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime:

Congressional District, if known:6. Federal Department/Agency:

7. Federal Program Name/Description:

CFDA Number, if applicable:

8. Federal Action Number, if known:

9. Award Amount, if known:

$

10. a. Name and Address of Lobbying Entity (if individual, last name, first name, MI):

b. Individuals Performing Services (including address if different from No. 10a) (last name, first name, MI):

(attach Continuation Sheet(s) SF-LLL-A, if necessary)

11. Amount of Payment (check all that apply):

$ actual planned

12. Form of Payment (check all that apply):

a.b.

cashin-kind; specify: nature

value

13. Type of Payment (check all that apply):

a.b.c.d.e.f.

retainerone-time feecommissioncontingent feedeferredother; specify:

14. Brief Description of Services Performed or to be Performed and Date(s) of Service, including officer(s), employee(s), or Member(s) contacted, for Payment indicated in Item 11:

(attach Continuation Sheet(s) SF-LLL-A, if necessary)

15. Continuation Sheet(s) SF-LLL-A attached: Yes No

Information requested through this form is authorized by title 31 U.S.Csection 1352. This disclosure of lobbyig activities is a materia representationof fact upon which reliance was placed by the tier above when thistransaction was made or entered into. This disclosure is required pursuantto31 U.S.C. 1352 . This information will be reported to the Congress semi-annually and will be available for public inspection. Any person who fails to

Signature:

Print Name:

Title:

Telephone No.: Date:

Federal Use Only: Authorized for Local Reproduction

Approved byOM0348-0046

16.

Page 208: Seymour Johnson AFB, North Carolina

INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at theinitiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C.section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity forinfluencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer oremployee of Congress, or an employee of a member of Congress in connection with a covered Federal action. Use theSF-LLL-A Continuation Sheet for additional information if the space on the form is inadequate. Complete all items thatapply for both the initial filing and material change report. Refer to the implementing guidance published by the Office ofManagement and Budget for additional information. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. Identify the status of the covered Federal action. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. If the organization filing the report in item 4 checks “Subawardee”, then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB) number; grant announcement number; the contract, grant, or loan award number; the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., “RFP-DE-90-001.” For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individuals(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI). Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. Provide a specific and detailed description of the services that the lobbyist has performed, or will be expected to perform, and the date(s) of any services rendered. Include all preparatory and related activity, not just time spent in

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

12.

13.

Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503.

Page 209: Seymour Johnson AFB, North Carolina

DISCLOSURE OF LOBBYING ACTIVITIESCONTINUATION SHEET

Authorized for Local ReproductionStandard Form - LLL-A

Approved byOM0348-0046

Reporting Entity: Page of

*U.S. G.P.O. 1990-260-708:00012

Page 210: Seymour Johnson AFB, North Carolina

Contractor Hazardous Material Authorization, Inventory, and Usage Form (AF Form 3952 – Contractor Equivalent) 2. PRIME CONT/POC

3. PHONE

4. FAX

5. DATE

1. PRIME CONTRACTOR/ORGANIZATION:

6. PRIME CONT EMAIL 7. CONTRACT NUMBER 8. EXPECTED START DATE

9. EXPECTED END DATE

10. CONTRACTOR SIGNATURE

11. WORKPLACE/BLDG

12. SUB-CONTRACTOR

13. DELIVERY ORDER

14. CONTRACT ADMINISTRATOR

15. CONTRACTING ADMINISTRATOR SIGNATURE

16. PHONE

17. FAX

18. DATE

19. Government QAE/OPR

20. SIGNATURE

21. PHONE

22. FAX

23. DATE

24. PROJECT/TASK DESCRIPTION

25. Usage Reporting Schedule Contract Term Monthly ______________(month reported)

Product Name/Part Number

Manufacturer Storage Location While

On-base2

Physical Form

(S,L,G)

Amount & Unit of

Issue3

Container Type

Max Amount Onsite at

any Time4

Anticipated Amount Used for Project

Actual Amount

Used During

Period5

Intended Use

FOOTNOTES: 1. This form is used for initial notification of hazardous materials intended for use on associated

project and to report subsequent actual usage. Include all materials, which contain an EHS, TRI, CERCLA hazardous substance, toxic chemical, generates a hazardous waste after use, and/or requires a Material Safety Data Sheet.

2. Will temporary storage be established or kept in vehicles and taken off-base daily. 3. Identify amount in container & the units item is measured in, i.e. gallon, ounces, lbs, etc. 4. Identify maximum amount present (stored and used) at any one time on SJAFB. 5. Report actual quantities used. Quantities should reflect the reporting schedule identified in line 25.

Page 211: Seymour Johnson AFB, North Carolina

CONTRACTOR-FURNISHED SPOIL, DISPOSAL AREAS

This bid under Invitation No. ___________________________ Fill in solicitation Number for ___________________________________________________________________ List Title of solicitation is based on using the following spoil disposal area(s) which are not shown on the contract drawings. 1. DESCRIPTION: 2. LOCATION: 3. OWNER AND ADDRESS: 4. SIZE OF AREA(S): 5. FILL HEIGHT OR OTHER SPOILING RESTRICTIONS: 6. CAPACITY OF AREA(S) (Cu. Yds.): 7. TIME LIMITATION FOR USE OF AREA(S): 8. NUMBER AND TYPE OF ROAD CROSSING(S) REQUIRED:

1

Page 212: Seymour Johnson AFB, North Carolina

9. DIKING REQUIRED: 10. PLANNED LOCATION OF SPILLWAY(S): Written evidence of consent by owner(s) for use of spoil disposal area(s) is attached. Written evidence of the consent of the owner(s) for use of property involved in obtaining access to the spoil disposal areas is attached. Written evidence of consent for the use of such disposal area(s) by applicable conservation and pollution agencies are attached. Sketch(es), to the same scale as the contract drawings, showing the loca- tion(s) of spoil area(s) to be used and access thereto are attached.

__________________________________ Name of Company

___________________________________ Signature of Bidder _____________ Date

2

Page 213: Seymour Johnson AFB, North Carolina

CONTRACTOR HAZARDOUS MATERIAL INVENTORY LOG (EPRCA)

PRIME COMPANY NAME: _____________________________________ CONTRACT NO: __________________________ PROJECT TITLE / LOCATION: _______________________________________________________________________

Material Name Manufacturer MSDS Number

State (i.e. Liquid, Solid, Gas)

Storage Quantity Average Max Daily Daily

Quality (lbs/gals) used in Calendar Year [ ]

Contractor(s) certifies that the hazardous material(s) removed from installation will be used/reused for its intended purpose. ________________________________________________ ____________________________________________ Compa ny Using Material Listed Above Compa ny Representative’s Signature Submitted By: ________________________ Phone: ______________ Fax: __________ Date: _________ Printed Name Contracting Officer _______________________ Phone: ______________ Fax: __________ Pag e ____ of ____

Page 214: Seymour Johnson AFB, North Carolina

CONTRACTOR HAZARDOUS MATERIAL INVENTORY LOG (EPRCA)

Continuation Sheet

PRIME COMPANY NAME: _____________________________________ CONTRACT NO: __________________________ PROJECT TITLE / LOCATION: __________________________________________________________________________

Material Name Manufacturer MSDS Number

State (i.e. Liquid, Solid, Gas)

Storage Quantity Average Max Daily Daily

Quality (lbs/gals) used in Calendar Year [ ]

Page ____ of ____

Page 215: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 11 00

SUMMARY OF WORK

08/15

PART 1 GENERAL

1.1 WORK COVERED BY CONTRACT DOCUMENTS 1.1.1 Project Description 1.1.2 Location 1.2 LOCATION OF UNDERGROUND UTILITIES 1.2.1 Notification Prior to Excavation 1.3 SALVAGE MATERIAL AND EQUIPMENT

PART 2 PRODUCTS

PART 3 EXECUTION

-- End of Section Table of Contents --

SECTION 01 11 00 Page 1

Page 216: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 11 00

SUMMARY OF WORK08/15

PART 1 GENERAL

1.1 WORK COVERED BY CONTRACT DOCUMENTS

1.1.1 Project Description

This project scope is to construct a new complex to include an Air Traffic Control Tower (ATCT), a Base Operations Building, an addition to the dining facility, parking, and supporting facilities. The new ATCT consists of approximately 11,622 sf and will be a twelve story facility including the cab. The Base Operations Building has an approximate area of 25,700 sf and will be a two-story facility. The dining facility addition consists of approximately 1,050 sf and is a single-story addition. The ATCT/Base Operations facility will be located along the south side of the RAPCON facility. The dining facility addition will be constructed on the north side of the existing flight line kitchen. The POV parking requirements will be met by providing three separate parking areas. Supporting facilities include utilities, relocation of selected utilities, electric service, security lighting, sanitary sewers, storm drainage, paving, walks, curbs, and gutters, fencing, information systems,landscaping and site improvements. Additionally, the scope includes demolition of multiple additional facilities and incidental related work to include but not limited to the partial demolition of building 4012, parking and complete demolition of multiple structures including the older ATCT/RAPCON complex and building 4507.

1.1.2 Location

The work is located at the Seymour Johnson AFB, NC, approximately as indicated. The exact location will be shown by the Contracting Officer.

1.2 LOCATION OF UNDERGROUND UTILITIES

Obtain digging permits prior to start of excavation, and comply with Installation requirements for locating and marking underground utilities. Contact local utility locating service a minimum of 48 hours prior to excavating, to mark utilities, and within sufficient time required if work occurs on a Monday or after a Holiday. Verify existing utility locations indicated on contract drawings, within area of work.

Identify and mark all other utilities not managed and located by the local utility companies. Scan the construction site with Ground Penetrating Radar (GPR), electromagnetic, or sonic equipment, and mark the surface of the ground or paved surface where existing underground utilities are discovered. Verify the elevations of existing piping, utilities, and any type of underground obstruction not indicated, or specified to be removed, that is indicated or discovered during scanning, in locations to be traversed by piping, ducts, and other work to be conducted or installed. Verify elevations before installing new work closer than nearest manhole or other structure at which an adjustment in grade can be made.

SECTION 01 11 00 Page 2

Page 217: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.2.1 Notification Prior to Excavation

Notify the Contracting Officer at least 15 days prior to starting excavation work.

1.3 SALVAGE MATERIAL AND EQUIPMENT

Items designated by the Contracting Officer to be salvaged remain the property of the Government. Segregate, itemize, deliver and off-load the salvaged property at the Government designated storage area located within 50 miles of the construction site.

Provide a salvage plan, listing material and equipment to be salvaged, and their storage location. Maintain property control records for material or equipment designated as salvage. Use a system of property control that is approved by the Contracting Officer. Store and protect salvaged materials and equipment until disposition by the Contracting Officer.

PART 2 PRODUCTS

Not used.

PART 3 EXECUTION

Not used. -- End of Section --

SECTION 01 11 00 Page 3

Page 218: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 32 01.00 10

PROJECT SCHEDULE

02/15

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 PROJECT SCHEDULER QUALIFICATIONS

PART 2 PRODUCTS

2.1 SOFTWARE 2.1.1 Government Default Software 2.1.2 Contractor Software 2.1.2.1 Primavera 2.1.2.2 Other Than Primavera

PART 3 EXECUTION

3.1 GENERAL REQUIREMENTS 3.2 BASIS FOR PAYMENT AND COST LOADING 3.2.1 Activity Cost Loading 3.2.2 Withholdings / Payment Rejection 3.3 PROJECT SCHEDULE DETAILED REQUIREMENTS 3.3.1 Level of Detail Required 3.3.2 Activity Durations 3.3.3 Procurement Activities 3.3.4 Mandatory Tasks 3.3.5 Government Activities 3.3.6 Standard Activity Coding Dictionary 3.3.6.1 Workers Per Day (WRKP) 3.3.6.2 Responsible Party Coding (RESP) 3.3.6.3 Area of Work Coding (AREA) 3.3.6.4 Modification Number (MODF) 3.3.6.5 Bid Item Coding (BIDI) 3.3.6.6 Phase of Work Coding (PHAS) 3.3.6.7 Category of Work Coding (CATW) 3.3.6.8 Feature of Work Coding (FOW) 3.3.7 Contract Milestones and Constraints 3.3.7.1 Project Start Date Milestone and Constraint 3.3.7.2 End Project Finish Milestone and Constraint 3.3.7.3 Interim Completion Dates and Constraints 3.3.7.3.1 Start Phase 3.3.7.3.2 End Phase 3.3.8 Calendars 3.3.9 Open Ended Logic 3.3.10 Default Progress Data Disallowed 3.3.11 Out-of-Sequence Progress 3.3.12 Added and Deleted Activities

SECTION 01 32 01.00 10 Page 1

Page 219: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.3.13 Original Durations 3.3.14 Leads, Lags, and Start to Finish Relationships 3.3.15 Retained Logic 3.3.16 Percent Complete 3.3.17 Remaining Duration 3.3.18 Cost Loading of Closeout Activities 3.3.18.1 As-Built Drawings 3.3.18.2 O & M Manuals 3.3.19 Anticipated Adverse Weather 3.3.20 Early Completion Schedule and the Right to Finish Early 3.4 PROJECT SCHEDULE SUBMISSIONS 3.4.1 Preliminary Project Schedule Submission 3.4.2 Initial Project Schedule Submission 3.4.3 Periodic Schedule Updates 3.5 SUBMISSION REQUIREMENTS 3.5.1 Data CD/DVDs 3.5.2 Narrative Report 3.5.3 Schedule Reports 3.5.3.1 Activity Report 3.5.3.2 Logic Report 3.5.3.3 Total Float Report 3.5.3.4 Earnings Report by CLIN 3.5.3.5 Schedule Log 3.5.4 Network Diagram 3.5.4.1 Continuous Flow 3.5.4.2 Project Milestone Dates 3.5.4.3 Critical Path 3.5.4.4 Banding 3.5.4.5 Cash Flow / Schedule Variance Control (SVC) Diagram 3.6 PERIODIC SCHEDULE UPDATE 3.6.1 Periodic Schedule Update Meetings 3.6.2 Update Submission Following Progress Meeting 3.7 WEEKLY PROGRESS MEETINGS 3.8 REQUESTS FOR TIME EXTENSIONS 3.8.1 Justification of Delay 3.8.2 Time Impact Analysis (Prospective Analysis) 3.8.3 Forensic Schedule Analysis (Retrospective Analysis) 3.8.4 Fragmentary Network (Fragnet) 3.8.5 Time Extension 3.8.6 Impact to Early Completion Schedule 3.9 FAILURE TO ACHIEVE PROGRESS 3.9.1 Artificially Improving Progress 3.9.2 Failure to Perform 3.9.3 Recovery Schedule 3.10 OWNERSHIP OF FLOAT 3.11 TRANSFER OF SCHEDULE DATA INTO RMS/QCS 3.12 PRIMAVERA P6 MANDATORY REQUIREMENTS

-- End of Section Table of Contents --

SECTION 01 32 01.00 10 Page 2

Page 220: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 32 01.00 10

PROJECT SCHEDULE02/15

PART 1 GENERAL

1.1 REFERENCES

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

AACE INTERNATIONAL (AACE)

AACE 29R-03 (2011) Forensic Schedule Analysis

AACE 52R-06 (2006) Time Impact Analysis - As Applied in Construction

U.S. ARMY CORPS OF ENGINEERS (USACE)

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

1.2 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for Contractor Quality Control approval. Submittals with an "S" are for inclusion in the Sustainability Notebook, in conformance to Section 01 33 29 SUSTAINABILITY REPORTING. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Project Scheduler Qualifications; GPreliminary Project Schedule; GInitial Project Schedule; GPeriodic Schedule Update; G

1.3 PROJECT SCHEDULER QUALIFICATIONS

Designate an authorized representative to be responsible for the preparation of the schedule and all required updating and production of reports. The authorized representative must have a minimum of 2-years experience scheduling construction projects similar in size and nature to this project with scheduling software that meets the requirements of this specification. Representative must have a comprehensive knowledge of CPM scheduling principles and application.

PART 2 PRODUCTS

2.1 SOFTWARE

The scheduling software utilized to produce and update the schedules

SECTION 01 32 01.00 10 Page 3

Page 221: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

required herein must be capable of meeting all requirements of this specification.

2.1.1 Government Default Software

The Government intends to use Primavera P6.

2.1.2 Contractor Software

Scheduling software used by the contractor must be commercially available from the software vendor for purchase with vendor software support agreements available. The software routine used to create the required sdef file must be created and supported by the software manufacturer.

2.1.2.1 Primavera

If Primavera P6 is selected for use, provide the "xer" export file in a version of P6 importable by the Government system.

2.1.2.2 Other Than Primavera

If the contractor chooses software other than Primavera P6, that is compliant with this specification, provide for the Government's use two licenses, two computers, and training for two Government employees in the use of the software. These computers will be stand-alone and not connected to Government network. Computers and licenses will be returned at project completion.

PART 3 EXECUTION

3.1 GENERAL REQUIREMENTS

Prepare for approval a Project Schedule, as specified herein, pursuant to FAR Clause 52.236-15, SCHEDULE FOR CONSTRUCTION CONTRACTS. Show in the schedule the proposed sequence to perform the work and dates contemplated for starting and completing all schedule activities. The scheduling of the entire project is required. The scheduling of construction is the responsibility of the Contractor. Contractor management personnel must actively participate in its development. Subcontractors and suppliers working on the project must also contribute in developing and maintaining an accurate Project Schedule. Provide a schedule that is a forward planning as well as a project monitoring tool. Use the Critical Path Method (CPM) of network calculation to generate all Project Schedules. Prepare each Project Schedule using the Precedence Diagram Method (PDM).

3.2 BASIS FOR PAYMENT AND COST LOADING

The schedule is the basis for determining contract earnings during each update period and therefore the amount of each progress payment. The aggregate value of all activities coded to a contract CLIN must equal the value of the CLIN.

3.2.1 Activity Cost Loading

Activity cost loading must be reasonable and without front-end loading. Provide additional documentation to demonstrate reasonableness if requested by the Contracting Officer.

SECTION 01 32 01.00 10 Page 4

Page 222: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.2.2 Withholdings / Payment Rejection

Failure to meet the requirements of this specification may result in the disapproval of the preliminary, initial or periodic schedule updates and subsequent rejection of payment requests until compliance is met.

In the event that the Contracting Officer directs schedule revisions and those revisions have not been included in subsequent Project Schedule revisions or updates, the Contracting Officer may withhold 10 percent of pay request amount from each payment period until such revisions to the project schedule have been made.

3.3 PROJECT SCHEDULE DETAILED REQUIREMENTS

3.3.1 Level of Detail Required

Develop the Project Schedule to the appropriate level of detail to address major milestones and to allow for satisfactory project planning and execution. Failure to develop the Project Schedule to an appropriate level of detail will result in its disapproval. The Contracting Officer will consider, but is not limited to, the following characteristics and requirements to determine appropriate level of detail:

3.3.2 Activity Durations

Reasonable activity durations are those that allow the progressof ongoing activities to be accurately determined between update periods. Less than 2 percent of all non-procurement activities may have Original Durations (OD) greater than 20 work days or 30 calendar days.

3.3.3 Procurement Activities

Include activities associated with the critical submittals and their approvals, procurement, fabrication, and delivery of long lead materials, equipment, fabricated assemblies, and supplies. Long lead procurement activities are those with an anticipated procurement sequence of over 90 calendar days.

3.3.4 Mandatory Tasks

Include the following activities/tasks in the initial project schedule and all updates.

a. Submission, review and acceptance of SD-01 Preconstruction Submittals (individual activity for each).

b. Submission, review and acceptance of features require design completion c. Submission of mechanical/electrical/information systems layout drawings.

d. Long procurement activities

e. Submission and approval of O & M manuals.

f. Submission and approval of as-built drawings.

g. Submission and approval of DD1354 data and installed equipment lists.

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

SECTION 01 32 01.00 10 Page 5

Page 223: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

i. Submission of TAB specialist design review report.

j. Submission and approval of fire protection specialist.

k. Submission and approval of Building Commissioning Plan, test data, and reports: Develop the schedule logic associated with testing and commissioning of mechanical systems to a level of detail consistent with the contract commissioning requirements. All tasks associated with all building testing and commissioning will be completed prior to submission of building commissioning report and subsequent contract completion.

l. Air and water balancing.

m. Building commissioning - Functional Performance Testing.

n. Controls testing plan submission.

o. Controls testing.

p. Performance Verification testing.

q. Other systems testing, if required.

r. Contractor's pre-final inspection.

s. Correction of punch list from Contractor's pre-final inspection.

t. Government's pre-final inspection.

u. Correction of punch list from Government's pre-final inspection.

v. Final inspection.

3.3.5 Government Activities

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

3.3.6 Standard Activity Coding Dictionary

Use the activity coding structure defined in the Standard Data Exchange Format (SDEF) in ER 1-1-11. This exact structure is mandatory. Develop and assign all Activity Codes to activities as detailed herein. A template SDEF compatible schedule backup file is available on the QCS web site: http://rms.usace.army.mil.

The SDEF format is as follows:

Field Activity Code Length Description

1 WRKP 3 Workers per day

SECTION 01 32 01.00 10 Page 6

Page 224: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Field Activity Code Length Description

2 RESP 4 Responsible party

3 AREA 4 Area of work

4 MODF 6 Modification Number

5 BIDI 6 Bid Item (CLIN)

6 PHAS 2 Phase of work

7 CATW 1 Category of work

8 FOW 20 Feature of work*

*Some systems require that FEATURE OF WORK values be placed in several activity code fields. The notation shown is for Primavera P6. Refer to the specific software guidelines with respect to the FEATURE OF WORK field requirements.

3.3.6.1 Workers Per Day (WRKP)

Assign Workers per Day for all field construction or direct work activities, if directed by the Contracting Officer. Workers per day is based on the average number of workers expected each day to perform a task for the duration of that activity.

3.3.6.2 Responsible Party Coding (RESP)

Assign responsibility code for all activities to the Prime Contractor, Subcontractor(s) or Government agency(ies) responsible for performing the activity.

a. Activities coded with a Government Responsibility code include, but are not limited to: Government approvals, Government design reviews, environmental permit approvals by State regulators, Government Furnished Property/Equipment (GFP) and Notice to Proceed (NTP) for phasing requirements.

b. Activities cannot have more than one Responsibility Code. Examples of acceptable activity code values are: DOR (for the designer of record); ELEC (for the electrical subcontractor); MECH (for the mechanical subcontractor); and GOVT (for USACE).

3.3.6.3 Area of Work Coding (AREA)

Assign Work Area code to activities based upon the work area in which the activity occurs. Define work areas based on resource constraints or space constraints that would preclude a resource, such as a particular trade or craft work crew from working in more than one work area at a time due to restraints on resources or space. Examples of Work Area Coding include different areas within a floor of a building, different floors within a building, and different buildings within a complex of buildings. Activities cannot have more than one Work Area Code.

SECTION 01 32 01.00 10 Page 7

Page 225: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Not all activities are required to be Work Area coded. A lack of Work Area coding indicates the activity is not resource or space constrained.

3.3.6.4 Modification Number (MODF)

Assign a Modification Number Code to any activity or sequence of activities added to the schedule as a result of a Contract Modification, when approved by Contracting Officer. Key all Code values to the Government's modification numbering system. An activity can have only one Modification Number Code.

3.3.6.5 Bid Item Coding (BIDI)

Assign a Bid Item Code to all activities using the Contract Line Item Schedule (CLIN) to which the activity belongs, even when an activity is not cost loaded. An activity can have only one BIDI Code.

3.3.6.6 Phase of Work Coding (PHAS)

Assign Phase of Work Code to all activities. Examples of phase of work are procurement phase and construction phase. Each activity can have only one Phase of Work code.

a. Code proposed fast track design and construction phases proposed to allow filtering and organizing the schedule by fast track design and construction packages.

b. If the contract specifies phasing with separately defined performance periods, identify a Phase Code to allow filtering and organizing the schedule accordingly.

3.3.6.7 Category of Work Coding (CATW)

Assign a Category of Work Code to all activities. Category of Work Codes include, but are not limited to construction submittal, procurement, fabrication, weather sensitive installation, non-weather sensitive installation, start-up, and testing activities. Each activity can have no more than one Category of Work Code.

3.3.6.8 Feature of Work Coding (FOW)

Assign a Feature of Work Code to appropriate activities based on the Definable Feature of Work to which the activity belongs based on the approved QC plan.

Definable Feature of Work is defined in Section 01 45 00.00 10 QUALITY CONTROL. An activity can have only one Feature of Work Code.

3.3.7 Contract Milestones and Constraints

Milestone activities are to be used for significant project events including, but not limited to, project phasing, project start and end activities, or interim completion dates. The use of artificial float constraints such as "zero free float" or "zero total float" are prohibited.

Mandatory constraints that ignore or effect network logic are prohibited. No constrained dates are allowed in the schedule other than those specified herein. Submit additional constraints to the Contracting Officer for approval on a case by case basis.

SECTION 01 32 01.00 10 Page 8

Page 226: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.3.7.1 Project Start Date Milestone and Constraint

The first activity in the project schedule must be a start milestone titled "NTP Acknowledged," which must have a "Start On" constraint date equal to the date that the NTP is acknowledged.

3.3.7.2 End Project Finish Milestone and Constraint

The last activity in the schedule must be a finish milestone titled "End Project."

Constrain the project schedule to the Contract Completion Date in such a way that if the schedule calculates an early finish, then the float calculation for "End Project" milestone reflects positive float on the longest path. If the project schedule calculates a late finish, then the "End Project" milestone float calculation reflects negative float on the longest path. The Government is under no obligation to accelerate Government activities to support a Contractor's early completion.

3.3.7.3 Interim Completion Dates and Constraints

Constrain contractually specified interim completion dates to show negative float when the calculated late finish date of the last activity in that phase is later than the specified interim completion date.

3.3.7.3.1 Start Phase

Use a start milestone as the first activity for a project phase. Call the start milestone "Start Phase X" where "X" refers to the phase of work.

3.3.7.3.2 End Phase

Use a finish milestone as the last activity for a project phase. Call the finish milestone "End Phase X" where "X" refers to the phase of work.

3.3.8 Calendars

Schedule activities on a Calendar to which the activity logically belongs. Develop calendars to accommodate any contract defined work period such as a 7-day calendar for Government Acceptance activities, concrete cure times, etc. Develop the default Calendar to match the physical work plan with non-work periods identified including weekends and holidays. Develop sSeasonal Calendar(s) and assign to seasonally affected activities as applicable.

If an activity is weather sensitive it should be assigned to a calendar showing non-work days on a monthly basis, with the non-work days selected at random across the weeks of the calendar, using the anticipated days provided in the contract clause TIME EXTENSIONS FOR UNUSUALLY SEVERE WEATHER. Assign non-work days over a seven-day week as weather records are compiled on seven-day weeks, which may cause some of the weather related non-work days to fall on weekends.

3.3.9 Open Ended Logic

Only two open ended activities are allowed: the first activity "NTP Acknowledged" may have no predecessor logic, and the last activity -"End Project" may have no successor logic.

SECTION 01 32 01.00 10 Page 9

Page 227: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Predecessor open ended logic may be allowed in a time impact analyses upon the Contracting Officer's approval.

3.3.10 Default Progress Data Disallowed

Actual Start and Finish dates must not automatically update with default mechanisms included in the scheduling software. Updating of the percent complete and the remaining duration of any activity must be independent functions. Disable program features that calculate one of these parameters from the other. Activity Actual Start (AS) and Actual Finish (AF) dates assigned during the updating process must match those dates provided in the Contractor Quality Control Reports. Failure to document the AS and AF dates in the Daily Quality Control report will result in disapproval of the Contractor's schedule.

3.3.11 Out-of-Sequence Progress

Activities that have progressed before all preceding logic has been satisfied (Out-of-Sequence Progress) will be allowed only on a case-by-case basis subject to approval by the Contracting Officer. Propose logic corrections to eliminate out of sequence progress or justify not changing the sequencing for approval prior to submitting an updated project schedule. Address out of sequence progress or logic changes in the Narrative Report and in the periodic schedule update meetings.

3.3.12 Added and Deleted Activities

Do not delete activities from the project schedule or add new activities to the schedule without approval from the Contracting Officer. Activity ID and description changes are considered new activities and cannot be changed without Contracting Officer approval.

3.3.13 Original Durations

Activity Original Durations (OD) must be reasonable to perform the work item. OD changes are prohibited unless justification is providedand approved by the Contracting Officer.

3.3.14 Leads, Lags, and Start to Finish Relationships

Lags must be reasonable as determined by the Government and not used in place of realistic original durations, must not be in place to artificially absorb float, or to replace proper schedule logic.

a. Leads (negative lags) are prohibited.

b. Start to Finish (SF) relationships are prohibited.

3.3.15 Retained Logic

Schedule calculations must retain the logic between predecessors and successors ("retained logic" mode) even when the successor activity(s) starts and the predecessor activity(s) has not finished (out-of-sequence progress). Software features that in effect sever the tie between predecessor and successor activities when the successor has started and the predecessor logic is not satisfied ("progress override") are not be allowed.

SECTION 01 32 01.00 10 Page 10

Page 228: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.3.16 Percent Complete

Update the percent complete for each activity started, based on the realistic assessment of earned value. Activities which are complete but for remaining minor punch list work and which do not restrain the initiation of successor activities may be declared 100 percent complete to allow for proper schedule management.

3.3.17 Remaining Duration

Update the remaining duration for each activity based on the number of estimated work days it will take to complete the activity. Remaining duration may not mathematically correlate with percentage found under paragraph entitled Percent Complete.

3.3.18 Cost Loading of Closeout Activities

Cost load the "Correction of punch list from Government pre-final inspection" activity(ies) not less than 1 percent of the present contract value. Activity(ies) may be declared 100 percent complete upon the Government's verification of completion and correction of all punch list work identified during Government pre-final inspection(s).

3.3.18.1 As-Built Drawings

If there is no separate contract line item (CLIN) for as-built drawings, cost load the "Submission and approval of as-built drawings" activity not less than $35,000 or 1 percent of the present contract value, which ever is greater, up to $200,000. Activity will be declared 100 percent complete upon the Government's approval.

3.3.18.2 O & M Manuals

Cost load the "Submission and approval of O & M manuals" activity not less than $20,000. Activity will be declared 100 percent complete upon the Government's approval of all O & M manuals.

3.3.19 Anticipated Adverse Weather

Paragraph applicable to contracts with clause entitled TIME EXTENSIONS FOR UNUSUALLY SEVERE WEATHER. Reflect the number of anticipated adverse weather delays allocated to a weather sensitive activity in the activity's calendar.

3.3.20 Early Completion Schedule and the Right to Finish Early

An Early Completion Schedule is an Initial Project Schedule (IPS) that indicates all scope of the required contract work will be completed before the contractually required completion date.

a. No IPS indicating an Early Completion will be accepted without being fully resource-loaded (including crew sizes and manhours) and the Government agreeing that the schedule is reasonable and achievable.

b. The Government is under no obligation to accelerate work items it is responsible for to ensure that the early completion is met nor is it responsible to modify incremental funding (if applicable) for the project to meet the contractor's accelerated work.

SECTION 01 32 01.00 10 Page 11

Page 229: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.4 PROJECT SCHEDULE SUBMISSIONS

Provide the submissions as described below. The data CD/DVD, reports, and network diagrams required for each submission are contained in paragraph SUBMISSION REQUIREMENTS. If the Contractor fails or refuses to furnish the information and schedule updates as set forth herein, then the Contractor will be deemed not to have provided an estimate upon which a progress payment can be made.

Review comments made by the Government on the schedule(s) do not relieve the Contractor from compliance with requirements of the Contract Documents.

3.4.1 Preliminary Project Schedule Submission

Within 15 calendar days after the NTP is acknowledged submit the Preliminary Project Schedule defining the planned operations detailed for the first 90 calendar days for approval. The approved Preliminary Project Schedule will be used for payment purposes not to exceed 90 calendar days after NTP. Completely cost load the Preliminary Project Schedule to balance the contract award CLINS shown on the Price Schedule. The Preliminary Project Schedule may be summary in nature for the remaining performance period. It must be early start and late finish constrained and logically tied as specified. The Preliminary Project Schedule forms the basis for the Initial Project Schedule specified herein and must include all of the required plan and program preparations, submissions and approvals identified in the contract (for example, Quality Control Plan, Safety Plan, and Environmental Protection Plan) as well as design activities, planned submissions of all early design packages, permitting activities, design review conference activities, and other non-construction activities intended to occur within the first 90 calendar days. Government acceptance of the associated design package(s) and all other specified Program and Plan approvals must occur prior to any planned construction activities. Activity code any activities that are summary in nature after the first 90 calendar days with Bid Item (CLIN) code (BIDI), Responsibility Code (RESP) and Feature of Work code (FOW).

3.4.2 Initial Project Schedule Submission

Submit the Initial Project Schedule for approval within 42 calendar days after notice to proceed is issued. The schedule must demonstrate a reasonable and realistic sequence of activities which represent all work through the entire contract performance period. No payment will be made for work items not fully detailed in the Project Schedule.

3.4.3 Periodic Schedule Updates

Update the Project Schedule on a regular basis, monthly at a minimum. Provide a draft Periodic Schedule Update for review at the schedule update meetings as prescribed in the paragraph PERIODIC SCHEDULE UPDATE MEETINGS. These updates will enable the Government to assess Contractor's progress.

a. Update information including Actual Start Dates (AS), Actual Finish Dates (AF), Remaining Durations (RD), and Percent Complete is subject to the approval of the Government at the meeting.

b. AS and AF dates must match the date(s) reported on the Contractor's Quality Control Report for an activity start or finish.

SECTION 01 32 01.00 10 Page 12

Page 230: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.5 SUBMISSION REQUIREMENTS

Submit the following items for the Preliminary Schedule, Initial Schedule, and every Periodic Schedule Update throughout the life of the project:

3.5.1 Data CD/DVDs

Provide two sets of data CD/DVDs containing the current project schedule and all previously submitted schedules in the format of the scheduling software (e.g. .xer). Also include on the data CD/DVDs the Narrative Report and all required Schedule Reports. Label each CD/DVD indicating the type of schedule (Preliminary, Initial, Update), full contract number, Data Date and file name. Each schedule must have a unique file name and use project specific settings.

3.5.2 Narrative Report

Provide a Narrative Report with each schedule submission. The Narrative Report is expected to communicate to the Government the thorough analysis of the schedule output and the plans to compensate for any problems, either current or potential, which are revealed through that analysis. Include the following information as minimum in the Narrative Report:

a. Identify and discuss the work scheduled to start in the next update period.

b. A description of activities along the two most critical paths where the total float is less than or equal to 20 work days.

c. A description of current and anticipated problem areas or delaying factors and their impact and an explanation of corrective actions taken or required to be taken.

d. Identify and explain why activities based on their calculated late dates should have either started or finished during the update period but did not.

e. Identify and discuss all schedule changes by activity ID and activity name including what specifically was changed and why the change was needed. Include at a minimum new and deleted activities, logic changes, duration changes, calendar changes, lag changes, resource changes, and actual start and finish date changes.

f. Identify and discuss out-of-sequence work.

3.5.3 Schedule Reports

The format, filtering, organizing and sorting for each schedule report will be as directed by the Contracting Officer. Typically, reports contain Activity Numbers, Activity Description, Original Duration, Remaining Duration, Early Start Date, Early Finish Date, Late Start Date, Late Finish Date, Total Float, Actual Start Date, Actual Finish Date, and Percent Complete. Provide the reports electronically in .pdf format. The following lists typical reports that will be requested:

3.5.3.1 Activity Report

List of all activities sorted according to activity number.

SECTION 01 32 01.00 10 Page 13

Page 231: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.5.3.2 Logic Report

List of detailed predecessor and successor activities for every activity in ascending order by activity number.

3.5.3.3 Total Float Report

A list of all incomplete activities sorted in ascending order of total float. List activities which have the same amount of total float in ascending order of Early Start Dates. Do not show completed activities on this report.

3.5.3.4 Earnings Report by CLIN

A compilation of the Total Earnings on the project from the NTP to the data date, which reflects the earnings of activities based on the agreements made in the schedule update meeting defined herein. Provided a complete schedule update has been furnished, this report serves as the basis of determining progress payments. Group activities by CLIN number and sort by activity number. Provide a total CLIN percent earned value, CLIN percent complete, and project percent complete. The printed report must contain the following for each activity: the Activity Number, Activity Description, Original Budgeted Amount, Earnings to Date, Earnings this period, Total Quantity, Quantity to Date, and Percent Complete (based on cost).

3.5.3.5 Schedule Log

Provide a Scheduling/Leveling Report generated from the current project schedule being submitted.

3.5.4 Network Diagram

The Network Diagram is required for the Preliminary, Initial and Periodic Updates. Depict and display the order and interdependence of activities and the sequence in which the work is to be accomplished. The Contracting Officer will use, but is not limited to, the following conditions to review compliance with this paragraph:

3.5.4.1 Continuous Flow

Show a continuous flow from left to right with no arrows from right to left. Show the activity number, description, duration, and estimated earned value on the diagram.

3.5.4.2 Project Milestone Dates

Show dates on the diagram for start of project, any contract required interim completion dates, and contract completion dates.

3.5.4.3 Critical Path

Show all activities on the critical path. The critical path is defined as the longest path.

3.5.4.4 Banding

Organize activities using the WBS or as otherwise directed to assist in the understanding of the activity sequence. Typically, this flow will group activities by major elements of work, category of work, work area and/or

SECTION 01 32 01.00 10 Page 14

Page 232: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

responsibility.

3.5.4.5 Cash Flow / Schedule Variance Control (SVC) Diagram

With each schedule submission, provide a SVC diagram showing 1) Cash Flow S-Curves indicating planned project cost based on projected early and late activity finish dates, and 2) Earned Value to-date.

3.6 PERIODIC SCHEDULE UPDATE

3.6.1 Periodic Schedule Update Meetings

Conduct periodic schedule update meetings for the purpose of reviewing the proposed Periodic Schedule Update, Narrative Report, Schedule Reports, and progress payment. Conduct meetings at least monthly within five days of the proposed schedule data date. Provide a computer with the scheduling software loaded and a projector which allows all meeting participants to view the proposed schedule during the meeting. The Contractor's authorized scheduler must organize, group, sort, filter, perform schedule revisions as needed and review functions as requested by the Contractor and/or Government. The meeting is a working interactive exchange which allows the Government and Contractor the opportunity to review the updated schedule on a real time and interactive basis. The meeting will last no longer than 8 hours. Provide a draft of the proposed narrative report and schedule data file to the Government a minimum of two workdays in advance of the meeting. The Contractor's Project Manager and scheduler must attend the meeting with the authorized representative of the Contracting Officer. Superintendents, foremen and major subcontractors must attend the meeting as required to discuss the project schedule and work. Following the periodic schedule update meeting, make corrections to the draft submission. Include only those changes approved by the Government in the submission and invoice for payment.

3.6.2 Update Submission Following Progress Meeting

Submit the complete Periodic Schedule Update of the Project Schedule containing all approved progress, revisions, and adjustments, pursuant to paragraph SUBMISSION REQUIREMENTS not later than 4 work days after the periodic schedule update meeting.

3.7 WEEKLY PROGRESS MEETINGS

Conduct a weekly meeting with the Government (or as otherwise mutually agreed to) between the meetings described in paragraph entitled PERIODIC SCHEDULE UPDATE MEETINGS for the purpose of jointly reviewing the actual progress of the project as compared to the as planned progress and to review planned activities for the upcoming two weeks. Use the current approved schedule update for the purposes of this meeting and for the production and review of reports. At the weekly progress meeting, address the status of RFIs, RFPs and Submittals.

3.8 REQUESTS FOR TIME EXTENSIONS

Provide a justification of delay to the Contracting Officer in accordance with the contract provisions and clauses for approval within 10 days of a delay occurring. Also prepare a time impact analysis for each Government request for proposal (RFP) to justify time extensions.

SECTION 01 32 01.00 10 Page 15

Page 233: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.8.1 Justification of Delay

Provide a description of the event(s) that caused the delay and/or impact to the work. As part of the description, identify all schedule activities impacted. Show that the event that caused the delay/impact was the responsibility of the Government. Provide a time impact analysis that demonstrates the effects of the delay or impact on the project completion date or interim completion date(s). Evaluate multiple impacts chronologically; each with its own justification of delay. With multiple impacts consider any concurrency of delay. A time extension and the schedule fragnet becomes part of the project schedule and all future schedule updates upon approval by the Contracting Officer.

3.8.2 Time Impact Analysis (Prospective Analysis)

Prepare a time impact analysis for approval by the Contracting Officer based on industry standard AACE 52R-06. Utilize a copy of the last approved schedule prior to the first day of the impact or delay for the time impact analysis. If Contracting Officer determines the time frame between the last approved schedule and the first day of impact is too great, prepare an interim updated schedule to perform the time impact analysis. Unless approved by the Contracting Officer, no other changes may be incorporated into the schedule being used to justify the time impact.

3.8.3 Forensic Schedule Analysis (Retrospective Analysis)

Prepare an analysis for approval by the Contracting Officer based on industry standard AACE 29R-03.

3.8.4 Fragmentary Network (Fragnet)

Prepare a proposed fragnet for time impact analysis consisting of a sequence of new activities that are proposed to be added to the project schedule to demonstrate the influence of the delay or impact to the project's contractual dates. Clearly show how the proposed fragnet is to be tied into the project schedule including all predecessors and successors to the fragnet activities. The proposed fragnet must be approved by the Contracting Officer prior to incorporation into the project schedule.

3.8.5 Time Extension

The Contracting Officer must approve the Justification of Delay including the time impact analysis before a time extension will be granted. No time extension will be granted unless the delay consumes all available Project Float and extends the projected finish date ("End Project" milestone) beyond the Contract Completion Date. The time extension will be in calendar days.

Actual delays that are found to be caused by the Contractor's own actions, which result in a calculated schedule delay will not be a cause for an extension to the performance period, completion date, or any interim milestone date.

3.8.6 Impact to Early Completion Schedule

No extended overhead will be paid for delay prior to the original Contract Completion Date for an Early Completion IPS unless the Contractor actually performed work in accordance with that Early Completion Schedule. The Contractor must show that an early completion was achievable had it not

SECTION 01 32 01.00 10 Page 16

Page 234: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

been for the impact.

3.9 FAILURE TO ACHIEVE PROGRESS

Should the progress fall behind the approved project schedule for reasons other than those that are excusable within the terms of the contract, the Contracting Officer may require provision of a written recovery plan for approval. The plan must detail how progress will be made-up to include which activities will be accelerated by adding additional crews, longer work hours, extra work days, etc.

3.9.1 Artificially Improving Progress

Artificially improving progress by means such as, but not limited to, revising the schedule logic, modifying or adding constraints, shortening activity durations, or changing calendars in the project schedule is prohibited. Indicate assumptions made and the basis for any logic, constraint, duration and calendar changes used in the creation of the recovery plan. Any additional resources, manpower, or daily and weekly work hour changes proposed in the recovery plan must be evident at the work site and documented in the daily report along with the Schedule Narrative Report.

3.9.2 Failure to Perform

Failure to perform work and maintain progress in accordance with the supplemental recovery plan may result in an interim and final unsatisfactory performance rating and/or may result in corrective action directed by the Contracting Officer pursuant to FAR 52.236-15 Schedules for Construction Contracts, FAR 52.249-10 Default (Fixed-Price Construction), and other contract provisions.

3.9.3 Recovery Schedule

Should the Contracting Officer find it necessary, submit a recovery schedule pursuant to FAR 52.236-15 Schedules for Construction Contracts.

3.10 OWNERSHIP OF FLOAT

Except for the provision given in the paragraph IMPACT TO EARLY COMPLETION SCHEDULE, float available in the schedule, at any time, may not be considered for the exclusive use of either the Government or the Contractor including activity and/or project float. Activity float is the number of work days that an activity can be delayed without causing a delay to the "End Project" finish milestone. Project float (if applicable) is the number of work days between the projected early finish and the contract completion date milestone.

3.11 TRANSFER OF SCHEDULE DATA INTO RMS/QCS

Import the schedule data into the Quality Control System (QCS) and export the QCS data to the Government. This data is considered to be additional supporting data in a form and detail required by the Contracting Officer pursuant to FAR 52.232-5 - Payments under Fixed-Price Construction Contracts. The receipt of a proper payment request pursuant to FAR 52.232-27 - Prompt Payment for Construction Contracts is contingent upon the Government receiving both acceptable and approvable hard copies and matching electronic export from QCS of the application for progress payment.

SECTION 01 32 01.00 10 Page 17

Page 235: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.12 PRIMAVERA P6 MANDATORY REQUIREMENTS

If Primavera P6 is being used, request a backup file template (.xer) from the Government, if one is available, prior to building the schedule. The following settings are mandatory and required in all schedule submissions to the Government:

a. Activity Codes must be Project Level, not Global or EPS level.

b. Calendars must be Project Level, not Global or Resource level.

c. Activity Duration Types must be set to "Fixed Duration & Units".

d. Percent Complete Types must be set to "Physical".

e. Time Period Admin Preferences must remain the default "8.0 hr/day, 40 hr/week, 172 hr/month, 2000 hr/year". Set Calendar Work Hours/Day to 8.0 Hour days.

f. Set Schedule Option for defining Critical Activities to "Longest Path".

g. Set Schedule Option for defining progressed activities to "Retained Logic".

h. Set up cost loading using a single lump sum labor resource. The Price/Unit must be $1/hr, Default Units/Time must be "8h/d", and settings "Auto Compute Actuals" and "Calculate costs from units" selected.

i. Activity ID's must not exceed 10 characters.

j. Activity Names must have the most defining and detailed description within the first 30 characters.

-- End of Section --

SECTION 01 32 01.00 10 Page 18

Page 236: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 33 00

SUBMITTAL PROCEDURES

05/11

PART 1 GENERAL

1.1 SUMMARY 1.2 DEFINITIONS 1.2.1 Submittal Descriptions (SD) 1.2.2 Approving Authority 1.2.3 Work 1.3 SUBMITTALS 1.4 SUBMITTAL CLASSIFICATION 1.4.1 Designer of Record Approved (DA) 1.4.2 Government Approved (G) 1.4.3 For Information Only 1.4.4 Sustainability Reporting Submittals (S) 1.5 FORWARDING SUBMITTALS REQUIRING GOVERNMENT APPROVAL 1.5.1 Submittals Required from the Contractor 1.5.1.1 O&M Data 1.6 PREPARATION 1.6.1 Transmittal Form 1.6.2 Identifying Submittals 1.6.3 Format for SD-02 Shop Drawings 1.6.4 Format of SD-03 Product Data and SD-08 Manufacturer's

Instructions 1.6.5 Format of SD-04 Samples 1.6.6 Format of SD-05 Design Data and SD-07 Certificates 1.6.7 Format of SD-06 Test Reports and SD-09 Manufacturer's Field

Reports 1.6.8 Format of SD-10 Operation and Maintenance Data (O&M) 1.6.9 Format of SD-01 Preconstruction Submittals and SD-11 Closeout

Submittals 1.6.10 Source Drawings for Shop Drawings 1.6.10.1 Terms and Conditions 1.6.11 Electronic File Format 1.7 QUANTITY OF SUBMITTALS 1.7.1 Number of Copies of SD-02 Shop Drawings 1.7.2 Number of Copies of SD-03 Product Data and SD-08

Manufacturer's Instructions 1.7.3 Number of Samples SD-04 Samples 1.7.4 Number of Copies SD-05 Design Data and SD-07 Certificates 1.7.5 Number of Copies SD-06 Test Reports and SD-09 Manufacturer's

Field Reports 1.7.6 Number of Copies of SD-10 Operation and Maintenance Data 1.7.7 Number of Copies of SD-01 Preconstruction Submittals and SD-11

Closeout Submittals 1.8 INFORMATION ONLY SUBMITTALS 1.9 SUBMITTAL REGISTER 1.9.1 Use of Submittal Register

SECTION 01 33 00 Page 1

Page 237: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.9.2 Contractor Use of Submittal Register 1.9.3 Approving Authority Use of Submittal Register 1.9.4 Action Codes 1.9.4.1 Government Review Action Codes 1.9.5 Copies Delivered to the Government 1.10 VARIATIONS 1.10.1 Considering Variations 1.10.2 Proposing Variations 1.10.3 Warranting that Variations are Compatible 1.10.4 Review Schedule Extension 1.11 SCHEDULING 1.12 GOVERNMENT APPROVING AUTHORITY 1.12.1 Review Notations 1.13 DISAPPROVED SUBMITTALS 1.14 APPROVED SUBMITTALS 1.15 APPROVED SAMPLES 1.16 WITHHOLDING OF PAYMENT 1.17 STAMPS

PART 2 PRODUCTS

PART 3 EXECUTION

ATTACHMENTS:

Appendix A - Submittal Register

-- End of Section Table of Contents --

SECTION 01 33 00 Page 2

Page 238: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 33 00

SUBMITTAL PROCEDURES05/11

PART 1 GENERAL

1.1 SUMMARY

The Contracting Officer may request submittals in addition to those specified when deemed necessary to adequately describe the work covered in the respective sections.

Units of weights and measures used on all submittals are to be the same as those used in the contract drawings.

Each submittal is to be complete and in sufficient detail to allow ready determination of compliance with contract requirements.

Contractor's Quality Control (CQC) System Manager to check and approve all items prior to submittal and stamp, sign, and date indicating action taken. Proposed deviations from the contract requirements are to be clearly identified. Include within submittals items such as: Contractor's, manufacturer's, or fabricator's drawings; descriptive literature including (but not limited to) catalog cuts, diagrams, operating charts or curves; test reports; test cylinders; samples; O&M manuals (including parts list); certifications; warranties; and other such required submittals.

Submittals requiring Government approval are to be scheduled and made prior to the acquisition of the material or equipment covered thereby. Pick up and dispose of samples not incorporated into the work in accordance with manufacturer's Material Safety Data Sheets (MSDS) and in compliance with existing laws and regulations.

A submittal register showing items of equipment and materials for when submittals are required by the specifications is provided as "Appendix A - Submittal Register".

1.2 DEFINITIONS

1.2.1 Submittal Descriptions (SD)

Submittals requirements are specified in the technical sections. Submittals are identified by Submittal Description (SD) numbers and titles as follows:

SD-01 Preconstruction Submittals

Submittals which are required prior to the start of the next major phase of the construction on a multi-phase contract, includes schedules, tabular list of data, or tabular list including location, features, or other pertinent information regarding products, materials, equipment, or components to be used in the work.

Certificates of insurance

SECTION 01 33 00 Page 3

Page 239: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Surety bonds

List of proposed Subcontractors

List of proposed products

Construction progress schedule

Network Analysis Schedule (NAS)

Submittal register

Schedule of prices or Earned Value Report

Health and safety plan

Work plan

Quality Control(QC) plan

Environmental protection plan

SD-02 Shop Drawings

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

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

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

SD-03 Product Data

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

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

SD-04 Samples

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

Color samples from the manufacturer's standard line (or custom color samples if specified) to be used in selecting or approving colors for the project.

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

SECTION 01 33 00 Page 4

Page 240: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SD-05 Design Data

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

SD-06 Test Reports

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

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

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

Investigation reports.

Daily logs and checklists.

Final acceptance test and operational test procedure.

SD-07 Certificates

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

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

Confined space entry permits.

Text of posted operating instructions.

SD-08 Manufacturer's Instructions

Preprinted material describing installation of a product, system or material, including special notices and (MSDS)concerning impedances, hazards and safety precautions.

SD-09 Manufacturer's Field Reports

Documentation of the testing and verification actions taken by manufacturer's representative at the job site, in the vicinity of the job site, or on a sample taken from the job site, on a portion of the work, during or after installation, to confirm compliance with manufacturer's standards or instructions. The documentation must be

SECTION 01 33 00 Page 5

Page 241: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

signed by an authorized official of a testing laboratory or agency and state the test results; and indicate whether the material, product, or system has passed or failed the test.

Factory test reports.

SD-10 Operation and Maintenance Data

Data that is furnished by the manufacturer, or the system provider, to the equipment operating and maintenance personnel, including manufacturer's help and product line documentation necessary to maintain and install equipment. This data is needed by operating and maintenance personnel for the safe and efficient operation, maintenance and repair of the item.

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

SD-11 Closeout Submittals

Documentation to record compliance with technical or administrative requirements or to establish an administrative mechanism.

Submittals required for Guiding Principle Validation (GPV) or Third Party Certification (TPC).

Special requirements necessary to properly close out a construction contract. For example, Record Drawings and as-built drawings. Also, submittal requirements necessary to properly close out a major phase of construction on a multi-phase contract.

1.2.2 Approving Authority

Office or designated person authorized to approve submittal.

1.2.3 Work

As used in this section, on- and off-site construction required by contract documents, including labor necessary to produce submittals, except those SD-01 Pre-Construction Submittals noted above, construction, materials, products, equipment, and systems incorporated or to be incorporated in such construction.

1.3 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for Contractor QC approval. Submittals with an "S" are for inclusion in the Sustainability Notebook, in conformance to Section 01 33 29 SUSTAINABILITY REPORTING. Submit the following in accordance with this section.

SD-01 Preconstruction Submittals

Submittal Register; G

1.4 SUBMITTAL CLASSIFICATION

Submittals are classified as follows:

SECTION 01 33 00 Page 6

Page 242: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.4.1 Designer of Record Approved (DA)

Designer of Record (DOR) approval is required for extensions of design, critical materials, any deviations from the solicitation, the accepted proposal, or the completed design, equipment whose compatibility with the entire system must be checked, and other items as designated by the Contracting Officer. Within the terms of the Contract Clause SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION, they are considered to be "shop drawings." Contractor to provide the Government with the number of copies designated hereinafter of all DOR approved submittals. The Government may review any or all Designer of Record approved submittals for conformance to the Solicitation, Accepted Proposal and the completed design. The Government will review all submittals designated as deviating from the Solicitation or Accepted Proposal, as described below. Generally, design submittals should be identified as SD-05 Design Data submittals.

1.4.2 Government Approved (G)

Government approval is required for extensions of design, critical materials, deviations, equipment whose compatibility with the entire system must be checked, and other items as designated by the Contracting Officer. Within the terms of the Contract Clause SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION, they are considered to be "shop drawings."

1.4.3 For Information Only

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

1.4.4

Sustainability Reporting Submittals (S)

Submittals for Guiding Principle Validation (GPV) or Third Party Certification (TPC) are indicated with an "S" designation. Submit the information required by the technical sections that demonstrates compliance with the sustainable requirement, and for inclusion in the Sustainability Notebook as required by Section 01 33 29 SUSTAINABILITY REPORTING. A full submittal for an item may be provided under another SD; however, for the "S" submittal, only provide that portion of the submittal that demonstrates compliance with the sustainable requirement. If the sustainable submittal does require Government Approval, it may be tagged under another SD with a "G."

Schedule submittals for these items throughout the course of construction as provided; do not wait until closeout.

1.5 FORWARDING SUBMITTALS REQUIRING GOVERNMENT APPROVAL

1.5.1 Submittals Required from the Contractor

As soon as practicable after award of contract, and before procurement of fabrication, forward to the Architect-Engineer: submittals required in the technical sections of this specification, including shop drawings, product data and samples. Forward one copy of the transmittal form for all submittals to the Resident Officer in Charge of Construction.

SECTION 01 33 00 Page 7

Page 243: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

The Architect-Engineer for this project will review and approve for the Contracting Officer those submittals reserved for Contracting Officer approval to verify submittals comply with the contract requirements.

1.5.1.1 O&M Data

The Architect-Engineer for this project will review and approve for the Contracting Officer O&M Data to verify the submittals comply with the contract requirements; submit data specified for a given item within 30 calendar days after the item is delivered to the contract site.

In the event the Contractor fails to deliver O&M Data within the time limits specified, the Contracting Officer may withhold from progress payments 50 percent of the price of the item with which such O&M Data are applicable.

1.6 PREPARATION

1.6.1 Transmittal Form

Transmit each submittal, except sample installations and sample panels to office of approving authority. Transmit submittals with transmittal form prescribed by Contracting Officer and standard for project. On the transmittal form identify Contractor, indicate date of submittal, and include information prescribed by transmittal form and required in paragraph IDENTIFYING SUBMITTALS. Process transmittal forms to record actions regarding samples installations panels.

1.6.2 Identifying Submittals

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

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

a. Project title and location.

b. Construction contract number.

c. Date of the drawings and revisions.

d. Name, address, and telephone number of subcontractor, supplier, manufacturer and any other subcontractor associated with the submittal.

e. Section number of the specification section by which submittal is required.

f. Submittal description (SD) number of each component of submittal.

g. When a resubmission, add alphabetic suffix on submittal description, for example, submittal 18 would become 18A, to indicate resubmission.

h. Product identification and location in project.

SECTION 01 33 00 Page 8

Page 244: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.6.3 Format for SD-02 Shop Drawings

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

Present 8 1/2 by 11 inches sized shop drawings as part of the bound volume for submittals required by section. Present larger drawings in sets.

Include on each drawing the drawing title, number, date, and revision numbers and dates, in addition to information required in paragraph IDENTIFYING SUBMITTALS.

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

Reserve a blank space, on the right hand side of each sheet for the Government disposition stamp.

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

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

Submit drawings in PDF format.

1.6.4 Format of SD-03 Product Data and SD-08 Manufacturer's Instructions

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

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

Supplement product data with material prepared for project to satisfy submittal requirements for which product data does not exist. Identify this material as developed specifically for project, with information and format as required for submission of SD-07 Certificates.

Include the manufacturer's name, trade name, place of manufacture, and catalog model or number on product data. Also include applicable federal, military, industry and technical society publication references. Should manufacturer's data require supplemental information for clarification, submit as specified for SD-07 Certificates.

Where equipment or materials are specified to conform to industry and technical society reference standards of the organizations such as American National Standards Institute (ANSI), ASTM International (ASTM), National

SECTION 01 33 00 Page 9

Page 245: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Electrical Manufacturer's Association (NEMA), Underwriters Laboratories (UL), and Association of Edison Illuminating Companies (AEIC), submit proof of such compliance. The label or listing by the specified organization will be acceptable evidence of compliance. In lieu of the label or listing, submit a certificate from an independent testing organization, competent to perform testing, and approved by the Contracting Officer. State on the certificate that the item has been tested in accordance with the specified organization's test methods and that the item complies with the specified organization's reference standard.

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

Submit manufacturer's instructions prior to installation.

1.6.5 Format of SD-04 Samples

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

a. Sample of Equipment or Device: Full size.

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

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

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

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

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

g. Sample Panel: 4 by 4 feet.

h. Sample Installation: 100 square feet.

Samples Showing Range of Variation: Where variations in color, finish, pattern, or texture are unavoidable due to nature of the materials, submit sets of samples of not less than three units showing extremes and middle of range. Mark each unit to describe its relation to the range of the variation.

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

SECTION 01 33 00 Page 10

Page 246: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

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

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

1.6.6 Format of SD-05 Design Data and SD-07 Certificates

Provide design data and certificates on 8 1/2 by 11 inches paper. Provide a bound volume for submittals containing numerous pages.

1.6.7 Format of SD-06 Test Reports and SD-09 Manufacturer's Field Reports

Provide reports on 8 1/2 by 11 inches paper in a complete bound volume.

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

1.6.8 Format of SD-10 Operation and Maintenance Data (O&M)

Comply with the requirements specified in Section 01 78 23 OPERATION AND MAINTENANCE DATA for O&M Data format.

1.6.9 Format of SD-01 Preconstruction Submittals and SD-11 Closeout Submittals

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

1.6.10 Source Drawings for Shop Drawings

The entire set of Source Drawing files (DWG) will not be provided to the Contractor. Only those requested by the Contractor to prepare shop drawings may be provided. Request the specific Drawing Number only for the preparation of Shop Drawings. These drawings may only be provided after award.

1.6.10.1 Terms and Conditions

Data contained on these electronic files must not be used for any purpose other than as a convenience in the preparation of construction data for the referenced project. Any other use or reuse shall be at the sole risk of the Contractor and without liability or legal exposure to the Government. The Contractor must make no claim and waives to the fullest extent permitted by law, any claim or cause of action of any nature against the Government, its agents or sub consultants that may arise out of or in connection with the use of these electronic files. The Contractor must, to the fullest extent permitted by law, indemnify and hold the Government harmless against all damages, liabilities or costs, including reasonable attorney's fees and defense costs, arising out of or resulting from the use of these electronic files.

These electronic Source Drawing files are not construction documents. Differences may exist between the Source Drawing files and the

SECTION 01 33 00 Page 11

Page 247: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

corresponding construction documents. The Government makes no representation regarding the accuracy or completeness of the electronic Source Drawing files, nor does it make representation to the compatibility of these files with the Contractor hardware or software. In the event that a conflict arises between the signed and sealed construction documents prepared by the Government and the furnished Source Drawing files, the signed and sealed construction documents govern. The Contractor is responsible for determining if any conflict exists. Use of these Source Drawing files does not relieve the Contractor of duty to fully comply with the contract documents, including and without limitation, the need to check, confirm and coordinate the work of all contractors for the project. If the Contractor uses, duplicates or modifies these electronic Source Drawing files for use in producing construction data related to this contract, remove all previous indicia of ownership (seals, logos, signatures, initials and dates).

1.6.11 Electronic File Format

Provide submittals in electronic format, with the exception of material samples required for SD-04 Samples items. Compile the submittal file as a single, complete document, to include the Transmittal Form described within. Name the electronic submittal file specifically according to its contents, coordinate the file naming convention with the Contracting Officer. Electronic files must be of sufficient quality that all information is legible. Use PDF as the electronic format, unless otherwise specified or directed by the Contracting Officer. Generate PDF files from original documents with bookmarks so that the text included in the PDF file is both searchable and can be copied. If documents are scanned, Optical Character Resolution (OCR) routines are required. Index and bookmark files exceeding 30 pages to allow efficient navigation of the file. When required, the electronic file must include a valid electronic signature, or scan of a signature.

Email electronic submittal documents fewer than 10MB to an email address as directed by the Contracting Officer. Provide electronic documents over 10MB on an optical disc, or through an electronic file sharing system such as the AMRDEC SAFE Web Application located at the following website: https://safe.amrdec.army.mil/safe/.

Provide hard copies of submittals when requested by the Contracting Officer. Additional hard copies of any submittal may be requested at the discretion of the Contracting Officer, at no additional cost to the Government.

1.7 QUANTITY OF SUBMITTALS

1.7.1 Number of Copies of SD-02 Shop Drawings

Submit six copies of submittals of shop drawings requiring review and approval only by QC organization and seven copies of shop drawings requiring review and approval by Contracting Officer.

1.7.2 Number of Copies of SD-03 Product Data and SD-08 Manufacturer's Instructions

Submit in compliance with quantity requirements specified for shop drawings.

SECTION 01 33 00 Page 12

Page 248: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.7.3 Number of Samples SD-04 Samples

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

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

c. Submit one sample installation, where directed.

d. Submit one sample of non-solid materials.

1.7.4 Number of Copies SD-05 Design Data and SD-07 Certificates

Submit in compliance with quantity requirements specified for shop drawings.

1.7.5 Number of Copies SD-06 Test Reports and SD-09 Manufacturer's Field Reports

Submit in compliance with quantity and quality requirements specified for shop drawings other than field test results that will be submitted with QC reports.

1.7.6 Number of Copies of SD-10 Operation and Maintenance Data

Submit five copies of O&M Data to the Contracting Officer for review and approval.

1.7.7 Number of Copies of SD-01 Preconstruction Submittals and SD-11 Closeout Submittals

Unless otherwise specified, submit two sets of administrative submittals.

1.8 INFORMATION ONLY SUBMITTALS

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

1.9 SUBMITTAL REGISTER

Prepare and maintain submittal register, as the work progresses. Use electronic submittal register program furnished by the Government or any other format. Do not change data which is output in columns (c), (d), (e), and (f) as delivered by Government; retain data which is output in columns (a), (g), (h), and (i) as approved. A submittal register showing items of equipment and materials for which submittals are required by the specifications is provided as an attachment. This list may not be all inclusive and additional submittals may be required. Maintain a submittal

SECTION 01 33 00 Page 13

Page 249: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

register for the project in accordance with Section 01 45 00.10 10 QUALITY CONTROL SYSTEM (QCS). The Government will provide the initial submittal register in electronic format

Column (c): Lists specification section in which submittal is required.

Column (d): Lists each submittal description (SD No. and type, e.g. SD-02 Shop Drawings) required in each specification section.

Column (e): Lists one principal paragraph in specification section where a material or product is specified. This listing is only to facilitate locating submitted requirements. Do not consider entries in column (e) as limiting project requirements.

Column (f): Indicate approving authority for each submittal.

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

1.9.1 Use of Submittal Register

Submit submittal register. Submit with QC plan and project schedule. Verify that all submittals required for project are listed and add missing submittals. Coordinate and complete the following fields on the register submitted with the QC plan and the project schedule:

Column (a) Activity Number: Activity number from the project schedule.

Column (g) Contractor Submit Date: Scheduled date for approving authority to receive submittals.

Column (h) Contractor Approval Date: Date Contractor needs approval of submittal.

Column (i) Contractor Material: Date that Contractor needs material delivered to Contractor control.

1.9.2 Contractor Use of Submittal Register

Update the following fields with each submittal throughout contract.

Column (b) Transmittal Number: Contractor assigned list of consecutive numbers.

Column (j) Action Code (k): Date of action used to record Contractor's review when forwarding submittals to QC.

Column (l) List date of submittal transmission.

Column (q) List date approval received.

1.9.3 Approving Authority Use of Submittal Register

Update the following fields.

Column (b) Transmittal Number: Contractor assigned list of

SECTION 01 33 00 Page 14

Page 250: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

consecutive numbers.

Column (l) List date of submittal receipt.

Column (m) through (p) List Date related to review actions.

Column (q) List date returned to Contractor.

1.9.4 Action Codes

Entries for columns (j) and (o), are to be used are as follows (others may be prescribed by Transmittal Form):

1.9.4.1 Government Review Action Codes

"A" - "Approved as submitted"; "Completed"

"B" - "Approved, except as noted on drawings"; "Completed"

"C" - "Approved, except as noted on drawings; resubmission required"; "Resubmit"

"D" - "Returned by separate correspondence"; "Completed"

"E" - "Disapproved (See attached)"; "Resubmit"

"F" - "Receipt acknowledged"; "Completed"

"G" - "Other (Specify)"; "Resubmit"

"X" - "Receipt acknowledged, does not comply with contract requirements"; "Resubmit"

1.9.5 Copies Delivered to the Government

Deliver one copy of submittal register updated by Contractor to Government with each invoice request.

1.10 VARIATIONS

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

1.10.1 Considering Variations

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

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

SECTION 01 33 00 Page 15

Page 251: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.10.2 Proposing Variations

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

1.10.3 Warranting that Variations are Compatible

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

1.10.4 Review Schedule Extension

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

1.11 SCHEDULING

Schedule and submit concurrently submittals covering component items forming a system or items that are interrelated. Include certifications to be submitted with the pertinent drawings at the same time. No delay damages or time extensions will be allowed for time lost in late submittals.

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

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

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

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

1.12 GOVERNMENT APPROVING AUTHORITY

When approving authority is Contracting Officer, the Government will:

a. Note date on which submittal was received.

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

SECTION 01 33 00 Page 16

Page 252: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

c. Identify returned submittals with one of the actions defined in paragraph REVIEW NOTATIONS and with markings appropriate for action indicated.

Upon completion of review of submittals requiring Government approval, stamp and date submittals. If the Government performs a conformance review of other Designer of Record approved submittals, the submittals will be so identified and returned, as described above.

1.12.1 Review Notations

Contracting Officer review will be completed within 14 calendar days after date of submission. Submittals will be returned to the Contractor with the following notations:

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

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

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

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

1.13 DISAPPROVED SUBMITTALS

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

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

1.14 APPROVED SUBMITTALS

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

SECTION 01 33 00 Page 17

Page 253: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

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

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

1.15 APPROVED SAMPLES

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

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

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

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

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

1.16 WITHHOLDING OF PAYMENT

Payment for materials incorporated in the work will not be made if required approvals have not been obtained.

1.17 STAMPS

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

SECTION 01 33 00 Page 18

Page 254: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

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

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

Not Used

-- End of Section --

SECTION 01 33 00 Page 19

Page 255: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 1 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

01 32 01.00 10 SD-01 Preconstruction Submittals1.3 GProject Scheduler Qualifications3.4.1 GPreliminary Project Schedule3.4.2 GInitial Project Schedule3.6.2 GPeriodic Schedule Update

01 33 00 SD-01 Preconstruction Submittals1.9 GSubmittal Register

01 33 29 SD-01 Preconstruction Submittals1.6.3.1 GPreliminary Sustainability

Notebook1.6.3.1 SPreliminary High Performance

and Sustainable Building ChecklistSD-07 Certificates

1.5.5 SThird Party Certification (TPC)SD-11 Closeout Submittals

1.6.3.1 GFinal Sustainability Notebook1.6.3.1 G SFinal High Performance and

Sustainable Building Checklist1.6.3.1 GAmended Final Sustainability

Notebook3.6.1 G SThird Party Certification Plaque

and Certificates01 35 26 SD-01 Preconstruction Submittals

1.7 GAccident Prevention Plan (APP)SD-06 Test Reports

1.4Monthly Exposure Reports

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 256: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 2 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

01 35 26 1.12Notifications and Reports1.12.2 GAccident Reports1.12.3LHE Inspection Reports

SD-07 Certificates1.6.1.5Crane Operators/Riggers1.7.2.2 GStandard Lift Plan1.7.2.3 GCritical Lift Plan1.8Activity Hazard Analysis (AHA)1.9.1Confined Space Entry Permit1.9.1Hot Work Permit1.12.4Certificate of Compliance

01 45 00.00 10 SD-01 Preconstruction Submittals3.2 GContractor Quality Control (CQC)

PlanSD-06 Test Reports

3.9Verification Statement01 45 35 SD-01 Preconstruction Submittals

3.1.1 GSIOR Letter of Acceptance3.1.1 GProject Manual3.1.1Written Practices3.1.1NDT Procedures and Equipment

Calibration RecordsSD-06 Test Reports

3.1.1Daily Reports3.1.3Daily Reports3.1.1Biweekly Reports

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 257: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 3 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

01 45 35 SD-07 Certificates2.1Fabrication Plant2.1Steel Joist Institute Membership2.1Certificate of Compliance1.5.12 GSpecial Inspector of Record1.5 GSpecial Inspector3.1.1Qualification Records

SD-11 Closeout Submittals3.1.1Interim Final Report2.1 GComprehensive Final Report3.1.1 GComprehensive Final Report

01 50 00 SD-01 Preconstruction Submittals1.3 GConstruction site plan3.4.1 GTraffic control plan

SD-06 Test Reports2.2.5Backflow Preventer Tests

SD-07 Certificates1.4.1Backflow Tester1.4Backflow Preventers

01 57 19 SD-01 Preconstruction Submittals1.6.1Preconstruction Survey1.11 GSolid Waste Management Permit1.6.2 GRegulatory Notifications1.7 GEnvironmental Protection Plan3.2.1.2Stormwater Notice of Intent1.7.9.1Dirt and Dust Control Plan

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 258: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 4 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

01 57 19 1.6.5Employee Training Records1.6.4 GEnvironmental Manager

QualificationsSD-06 Test Reports

3.2.1.3Inspection Reports3.7.2.1 GSolid Waste Management Report

SD-07 Certificates1.6.5Employee Training Records1.4.1.2 GECATTS Certificate Of

Completion1.6.5Erosion and Sediment Control

InspectorSD-11 Closeout Submittals

3.2.1.4 GStormwater Pollution PreventionPlan Compliance Notebook

3.2.1.5 GStormwater Notice of Termination3.7.1 GWaste Determination

Documentation3.7.3.5 GDisposal Documentation for

Hazardous and Regulated Waste1.6.5Assembled Employee Training

Records1.11 GSolid Waste Management Permit3.7.2.1 GSolid Waste Management Report3.8.1Contractor Hazardous Material

Inventory Log

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 259: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 5 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

01 57 19 3.7.3.1 GHazardous Waste/DebrisManagement

1.6.2Regulatory Notifications3.7.2.1Sales Documentation

01 62 35 SD-01 Preconstruction Submittals1.7Biobased Products

01 74 19 SD-01 Preconstruction Submittals1.6 GWaste Management Plan

SD-11 Closeout Submittals1.7 SRecords

01 78 00 SD-03 Product Data1.7.1 GWarranty Management Plan1.7.5Warranty Tags3.8Final Cleaning1.5Spare Parts Data

SD-08 Manufacturer’s Instructions1.7.1Instructions

SD-10 Operation and MaintenanceData

3.7 GOperation and MaintenanceManuals

SD-11 Closeout Submittals3.1 GAs-Built Drawings3.3 GRecord Drawings for Builder

Inventory

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 260: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 6 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

01 78 00 3.3 GRecord Drawings for GISDeliverable

3.6As-Built Record of Equipmentand Materials

3.4Final Approved Shop Drawings3.5Construction Contract

Specifications2.3Certification of EPA Designated

Items3.9 GInterim DD FORM 13543.9 GChecklist for DD FORM 13543.10 GEnergy and Sustainability Record

Card01 78 23 SD-10 Operation and Maintenance

Data3.1.1 GTraining Plan3.1.3 GTraining Outline3.1.2Training Content

SD-11 Closeout Submittals3.1.4 GTraining Video Recording3.1.6 GValidation of Training Completion

01 91 00.00 37 SD-01 Preconstruction Submittals1.9 G RODraft Cx Plan and Schedule1.9 G ROFinal Cx Plan and Schedule

SD-02 Shop Drawings3.3 G ROControls

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 261: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 7 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

01 91 00.00 37 SD-06 Test Reports3.8 G ROCAFilled out functional test

readiness forms3.1.3 G ROCACompleted PFT checklists3.1.4.1 G ROCACompleted startup checklists3.8.4Completed FPT forms3.1.5Nonconformance and Approval in

PFT checklists and Startup3.9Progress reports and test results

SD-07 Certificates1.5.2 G ROCommissioning Firm1.5.3 G ROCommissioning Agent3.2Calibration documentation3.2Calibration certification

SD-08 Manufacturer’s Instructions1.10Startup and Checkout Plan1.10Checkout Forms1.10Test Procedures

SD-10 Operation and MaintenanceData

3.11.1 G ROCATraining Plan3.11.3Training Documentation3.11.4Training Verification

SD-11 Closeout Submittals1.11.1 GFinal Cx Report1.11.2 GSystems Manual

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 262: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 8 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

01 91 00.00 37 3.9.4Deficiency Report and ResolutionRecord

02 41 00 SD-01 Preconstruction Submittals1.11 GExisting Conditions

SD-07 Certificates1.2.1 GDemolition Plan1.7 GNotification

SD-11 Closeout Submittals3.3.4Receipts

02 82 13.00 10 SD-02 Shop Drawings1.4 GDetailed Drawings

SD-03 Product Data3.11.3.1 GAsbestos Waste Shipment

Records1.1Weight Bills and Delivery Tickets2.1 GEncapsulants1.9.1 GRespiratory Protection Program3.11 GCleanup and Disposal1.6.1 GQualifications1.11Training Program1.8.1Licenses, Permits and

Notifications3.11.3.2 GAsbestos Management Plan

SD-06 Test Reports3.9Exposure Assessment and Air

Monitoring

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 263: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 9 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

02 82 13.00 10 1.7.3Local Exhaust SystemSD-07 Certificates

1.7.3Local Exhaust System2.1 GEncapsulants1.9Medical Surveillance

Requirements02 83 13.00 20 SD-01 Preconstruction Submittals

1.5.2.2 GLead Compliance Plan1.5.1.1 GCompetent Person1.5.1.2 GTraining Certification1.5.2.8 GLead Waste Management Plan3.5.2.1 GWritten Evidence1.5.2.4 GMedical Examinations

SD-06 Test Reports1.5.2.3 GSampling Results1.5.2.3 GOccupational and Environmental

Assessment Data ReportSD-07 Certificates

3.5.1.1 GClearance CertificationSD-11 Closeout Submittals

3.5.2.1 Ghazardous waste manifest03 11 13.00 10 SD-03 Product Data

2.2Form MaterialsSD-06 Test Reports

3.2Inspection03 15 00.00 10 SD-02 Shop Drawings

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 264: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 10 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

03 15 00.00 10 2.3 GWaterstopsSD-03 Product Data

2.1Preformed Expansion Joint Filler2.2Sealant2.3Waterstops

SD-07 Certificates2.1Preformed Expansion Joint Filler2.2Sealant2.3Waterstops

03 20 00.00 10 SD-02 Shop Drawings3.1 GReinforcement

SD-03 Product Data2.3 GReinforcing Steel

SD-06 Test Reports2.7 GTests, Inspections, and

VerificationsSD-07 Certificates

2.3Reinforcing Steel03 30 00.00 10 SD-01 Preconstruction Submittals

1.5.2 GQuality Control Plan1.5.1Laboratory Accreditation3.8.5.4 GSampling Plan

SD-03 Product DataPart 2Recycled Content Products2.2Cementitious Materials2.9Vapor Retarder

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 265: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 11 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

03 30 00.00 10 2.4Chemical AdmixturesSD-04 Samples

2.4.5Surface RetarderSD-05 Design Data

2.1.1 GMixture Proportions3.3Lightweight Aggregate Concrete

SD-06 Test Reports2.1.1 GMixture Proportions3.8 GTesting and Inspection for CQC2.2.3Fly Ash2.2.6Ground Granulated

Blast-Furnace (GGBF) Slag2.3Aggregates3.8.5.1Air Content3.8.5.2Slump3.8.5.4Compressive Strength2.5Water

SD-07 Certificates1.5Contractor Quality Control

personnel3.2.1Ready-Mix Plant

03 35 00.00 10 SD-03 Product DataPart 2Recycled Content Products

SD-06 Test Reports3.3.5.1Tolerance Report

03 39 00.00 10 SD-03 Product Data

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 266: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 12 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

03 39 00.00 10 2.1Curing MaterialsSD-06 Test Reports

3.2Testing and Inspection for CQCSD-08 Manufacturer’s Instructions

2.1Curing Compound04 20 00 SD-02 Shop Drawings

3.4.1.1 GDetail DrawingsSD-03 Product Data

2.2.2.2.1 GCement2.3.1.1 GCementitious Materials2.1.3Recycled Content2.1.3Local/Regional Materials2.2.2.6Concrete Brick2.2.2.2Concrete Masonry Units (CMU)2.1.3 Smaterial cost2.1.3 SMRc42.1.3 SMRc52.1.3 SIEQc4.1

SD-04 Samples1.4.1.1Mock-Up Panel

SD-05 Design Data2.1.2 GMasonry Compressive Strength2.2.2.5Fire-Rated Concrete Masonry

Units2.2.2.5Fire-Rated Concrete Masonry

Units

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 267: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 13 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

04 20 00 3.2.5 GBracing Calculations3.6.1.1Field Testing of Mortar3.6.1.2Field Testing of Grout3.6.1.3Prism Tests1.4.2Special Masonry Inspector

Qualifications2.2.2.2Concrete Masonry Units (CMU)2.2.2.6Concrete Brick2.3.1.1Cementitious Materials2.3.1.3Admixtures for Masonry Mortar2.3.1.3Admixtures for Masonry Mortar2.3.2.2Admixtures for Grout2.3.2.2Admixtures for Grout2.5.2Anchors, Ties, and Bar

Positioners2.5.3Joint Reinforcement

SD-11 Closeout Submittals2.1.3 SRecycled Content2.1.3 Smaterial cost

05 12 00 SD-01 Preconstruction Submittals1.4.1.1 G AEErection Drawings

SD-02 Shop Drawings1.4.2 GFabrication drawings

SD-03 Product Data2.6.2Shop primer2.4.1Welding electrodes and rods

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 268: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 14 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

05 12 00 2.4.2Non-Shrink Grout2.3.1Tension control bolts

SD-06 Test Reports2.6.2Class B coating2.3Bolts, nuts, and washers3.7.1.2Weld Inspection Reports3.7.2Embrittlement Test Reports

SD-07 Certificates2.2Steel2.3Bolts, nuts, and washers2.5Galvanizing1.3AISC Fabrication Plant Quality

Certification1.3AISC Erector Quality Certification1.4.3.1Welding procedures and

qualifications2.4.1Welding electrodes and rods

05 21 00 SD-01 Preconstruction Submittals1.3.2Welder Qualification

SD-02 Shop Drawings1.3.1 GSteel Joist Framing

SD-05 Design Data2.2 GDesign Calculations

SD-06 Test Reports3.4Erection Inspection3.4Welding Inspections

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 269: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 15 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

05 21 00 SD-07 Certificates1.3.2Certification of Compliance

SD-11 Closeout Submittals2.3 SRecycled Content of Steel

Products05 30 00 SD-02 Shop Drawings

1.3.4 GFabrication DrawingsSD-03 Product Data

2.2Accessories2.1Deck Units2.1.5Galvanizing Repair Paint2.2.16Mechanical Fasteners2.1.5Touch-up Paint1.3.2Welding Equipment1.3.2Welding Rods and Accessories

SD-05 Design Data2.1 GDeck Units

SD-07 Certificates1.3.2Welder Qualifications1.3.2Welding Procedures1.3.3.1Wind Storm Resistance1.3.1Manufacturer's Certificate2.2.11Stud Manufacture's Certification2.2.11Stud Manufacture's Test Reports

SD-11 Closeout Submittals

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 270: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 16 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

05 30 00 2.1 SRecycled Content of SteelProducts

05 40 00 SD-02 Shop Drawings1.6.1 GFraming Components

SD-03 Product Data2.1Studs

SD-05 Design Data1.6.2 GMetal Framing Calculations

SD-07 Certificates1.4Load-Bearing Cold-Formed Metal

Framing3.2.1Welds

SD-11 Closeout Submittals2.1 SRecycled Content of Steel

Products05 50 13 SD-02 Shop Drawings

2.4 GAccess doors and panels2.6Floor gratings and roof walkways

SD-03 Product Data2.4Access doors and panels2.6Floor gratings and roof walkways2.1 Smaterial cost2.1 Smaterial cost2.1 SMRc42.1 SMRc5

05 51 00 SD-02 Shop Drawings

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 271: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 17 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

05 51 00 2.11 SMetal Stair SystemSD-03 Product Data

2.13Steel Pan StairsSD-08 Manufacturer’s Instructions

2.12Protective Coating2.9Masonry Anchorage Devices

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc5

05 52 00 SD-02 Shop Drawings2.2Fabrication Drawings2.3.10Steel Railings and Handrails3.2Steel Railings and Handrails3.2Aluminum Antenna Rails3.2Aluminum Railings and Handrails

SD-03 Product Data2.3.10Steel Railings and Handrails3.2Steel Railings and Handrails3.2 GAluminum Railings and Handrails2.1 Smaterial cost2.1 SMRc42.1 SMRc5

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc4

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 272: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 18 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

05 52 00 2.1 SMRc506 10 00 SD-03 Product Data

1.11.1 Smaterial cost1.11.2 SMRc51.11.3 SMRc71.11.6 SIEQc4.12.3.3 SIEQc4.11.11.5 SIEQc4.42.3.3 SIEQc4.4

SD-07 Certificates1.11.4 SForest Stewardship Council

(FSC) CertificationSD-11 Closeout Submittals

1.11.1 Smaterial cost1.11.2 SMRc51.11.3 SMRc71.11.6 SIEQc4.12.3.3 SIEQc4.11.11.5 SIEQc4.42.3.3 SIEQc4.4

06 20 00 SD-02 Shop Drawings1.4 GDetail Drawings Indicating All

Wood AssembliesSD-03 Product Data

2.3Wood Products2.5Hardware and Accessories

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 273: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 19 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

06 20 00 2.2.1Biobased Content2.1 SMRc72.1 SIEQc4.42.1 SIEQc4.12.1 SIEQc4.22.1 SMRc52.1 Smaterial cost

SD-04 Samples1.6 GSamples

SD-07 Certificates1.8.1Certificates of Grade1.5Compliance

SD-11 Closeout Submittals2.2.1 SBiobased Content2.1 SMRc72.1 SMRc72.1 SIEQc4.42.1 SIEQc4.12.1 SIEQc4.22.1 SMRc52.1 Smaterial cost

06 41 16.00 10 SD-02 Shop Drawings1.5.2 GShop Drawings2.12 GShop Drawings3.1 GInstallation

SD-03 Product Data

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 274: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 20 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

06 41 16.00 10 2.2Wood Materials2.12.8.3Finish Schedule2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1MRc71.5.3 Scertification2.1 SIEQc4.12.10.1 SIEQc4.12.1 SIEQc4.42.10.1 SIEQc4.4

SD-04 Samples2.4 GPlastic Laminates2.8 GCabinet Hardware

SD-07 Certificates1.5.3Emissions1.5Quality Assurance3.1Laminate Clad Casework

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SMRc72.1 SIEQc4.12.10.1 SIEQc4.12.1 SIEQc4.4

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 275: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 21 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

06 41 16.00 10 2.10.1 SIEQc4.406 61 16 SD-02 Shop Drawings

1.9 GDetail Drawings3.1 GInstallation

SD-03 Product Data2.2Solid polymer material1.6.1Qualifications2.4Fabrications1.6.2Certification2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1IEQc4.11.6.2 SVOC content

SD-04 Samples2.2 GMaterial2.4.4 GCounter and Vanity Tops

SD-06 Test Reports2.2Solid polymer material

SD-07 Certificates2.4Fabrications1.6.1Qualifications

SD-10 Operation and MaintenanceData

3.2Clean-upSD-11 Closeout Submittals

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 276: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 22 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

06 61 16 2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.1

07 05 23 SD-01 Preconstruction Submittals1.4Work Plan

SD-03 Product Data2.2Thermal Imaging Camera

SD-05 Design Data3.2Envelope Surface Area

CalculationsSD-07 Certificates

1.6.2.1Pressure Test Agency1.6.2.2Thermographer Qualifications1.6.3Test Instruments1.6.3Date Of Last Calibration

SD-06 Test Reports3.5Pressure Test Procedures3.5.8Air Leakage Test Report3.6.4Diagnostic Test Report

07 11 13 SD-07 Certificates1.4Materials

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc5

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 277: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 23 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

07 17 00 SD-08 Manufacturer’s Instructions3.2Application3.3Protection3.4Corrections

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc5

07 21 13 SD-03 Product Data2.2Block or board insulation2.3Vapor retarder2.4Pressure sensitive tape2.5Protection board or coating2.6Accessories1.4Certification2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1IEQc4.1

SD-08 Manufacturer’s Instructions2.2Block or Board Insulation2.6.1Adhesive

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc5

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 278: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 24 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

07 21 13 2.1IEQc4.107 21 16 SD-03 Product Data

2.3Blanket Insulation2.4Sill Sealer Insulation2.3.2Sound Attenuation Blankets2.2.2Emissions2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SMRc72.1 SIEQc4.12.6Accessories

SD-08 Manufacturer’s Instructions2.3.3Thermal Insulation2.3.2Sound Attenuation Blankets

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SMRc72.1 SIEQc4.1

07 22 00 SD-02 Shop Drawings2.2.3 GTapered roof insulation

SD-03 Product Data2.4Fasteners2.2 GInsulation

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 279: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 25 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

07 22 00 3.4Certification2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SMRc7

SD-06 Test Reports1.5.1Flame spread and smoke

developed ratingsSD-07 Certificates

1.4qualificationsSD-08 Manufacturer’s Instructions

2.4fasteners2.2insulation

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SMRc7

07 27 10.00 10 SD-06 Test Reports1.8Design Review Report3.1.2Testing and Inspection

SD-07 Certificates1.4Air Barrier Inspector1.7Air Barrier Inspector

07 41 13 SD-02 Shop Drawings1.5.5 GRoofing Panels

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 280: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 26 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

07 41 13 1.5.1.2Exterior Metal Soffit Panels1.5.5Flashing and Accessories1.5.5Gutter/Downspout Assembly

SD-03 Product Data2.2Roof panels1.5.1.2Exterior Metal Soffit Panels1.5.5 GFactory-Applied Color Finish2.5 GAccessories1.5.5 GFasteners2.8 GGaskets and Sealing/Insulating

Compounds2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.11.11 SSSc7.22.1 SSSc7.2

SD-04 Samples2.2 GRoof Panels1.5.1.2Exterior Metal Soffit Panels1.5.5Factory-applied Color Finish2.5Accessories1.5.5Fasteners1.5.5Gaskets and Sealant/Insulating

CompoundsSD-05 Design Data

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 281: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 27 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

07 41 13 1.3.1.2Wind Uplift ResistanceSD-06 Test Reports

1.3.1.1Leakage Test Report1.3.1.2Wind Uplift Test Report2.3Factory Finish and Color

Performance RequirementsSD-07 Certificates

2.2Roof Panels1.5.1.2Exterior Metal Soffit Panels1.5.5Coil stock compatibility1.5.1Qualification of Manufacturer1.5.2Qualification of Applicator

SD-09 Manufacturer’s FieldReports

3.10.1Manufacturer's Field InspectionReports

SD-11 Closeout Submittals1.9Warranties3.11Information Card3.12Date of Installation Wall-Mounted

Placard2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.11.11 SSSc7.2

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 282: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 28 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

07 41 13 2.1 SSSc7.207 42 13 SD-01 Preconstruction Submittals

1.6.3Qualification of Manufacturer1.6.4Qualification of Installation

Contractor1.9Warranty

SD-02 Shop Drawings1.6.1.1 GInstallation Drawings

SD-03 Product Data2.3.1Wall Panels2.3.2Factory Color Finish1.6.5Closure Materials2.6.4.4Pressure Sensitive Tape2.6.4.1Sealants and Caulking1.6.3.1Galvanizing Repair Paint1.6.3.1Enamel Repair Paint1.6.5Accessories2.6Accessories2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.1

SD-04 Samples2.3.1 GWall Panels1.6.3.1Fasteners2.6.3 GMetal Closure Strips

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 283: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 29 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

07 42 13 2.3.2.5Color chartSD-05 Design Data

1.6.1.2Wind load design analysisSD-06 Test Reports

3.7.2Leakage Tests1.4.2Wind Load Tests2.3.2.6Coating2.3.2.6Chalking

SD-07 Certificates1.6.3.1Coil Stock1.6.3.1Fasteners1.6.3.1Galvanizing Repair Paint1.6.3.1Enamel Repair Paint

SD-08 Manufacturer’s Instructions3.3Installation

SD-09 Manufacturer’s FieldReports

3.8.1 GManufacturer's Field ReportsSD-11 Closeout Submittals

1.9 GWarranty1.6.6 GMaintenance Instructions2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.1

07 42 63 SD-01 Preconstruction Submittals

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 284: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 30 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

07 42 63 1.6.3Qualification of Manufacturer1.6.4Qualification of Installer1.6.4.1Qualifications for Welding Work

SD-02 Shop Drawings1.6.1Fabrication and Installation

drawings1.6.1Wall Panel Assemblies1.6.1Flashing and Accessories1.6.1Anchorage Systems1.6.1Metal Extrusions2.5.4Metal Extrusions3.5.4Metal Extrusions

SD-03 Product Data1.6.9Certification1.6.1sustainable acquisition1.6.1Manufacturer's catalog data1.6.1Factory Color Finish1.6.1Sub-girts and Formed Shapes1.6.1Closure Materials1.6.1Insulation1.6.1Pressure Sensitive Tape2.5.5.1Sealants and Caulking1.6.1Rated Wall Assembly1.6.1Enamel Repair Paint1.6.1Accessories1.6.1Metal Extrusions

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 285: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 31 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

07 42 63 2.5.4Metal Extrusions3.5.4Metal Extrusions2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.1

SD-04 Samples1.6.1Wall Panel Assemblies1.6.1Fasteners1.6.1Metal Closure Strips1.6.1Insulation1.6.1manufacturer's color charts and

chipsSD-05 Design Data

1.6.1wind design analysisSD-06 Test Reports

3.7.2Leakage Tests1.4.2wind load tests1.6.1Factory Color Finish

SD-07 Certificates1.6.1Fasteners1.6.1Enamel Repair Paint1.6.3Qualification of Manufacturer1.6.4Qualification of Installer1.6.1wall system assembly wind load

and fire rating classification listings

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 286: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 32 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

07 42 63 SD-08 Manufacturer’s Instructions1.6.1Installation of Wall panels

SD-11 Closeout Submittals1.9Warranty1.6.1Instructions1.6.1Material Safety Data Sheets1.6.120 year 'No-Dollar-Limit' warranty2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.1

07 54 19 SD-02 Shop Drawings1.7Detail Drawings1.7Roof Plan

SD-03 Product Data3.2.2PVC Roofing Membrane3.2.3Bonding Adhesive1.6.4Flashing3.2.2.2Flashing2.2.4Membrane Fasteners and Plates2.2.7Roof Insulation2.2.5Pre-Manufactured Accessories2.2.2Water CutoffMastic/Water Block2.2.1Information Card2.1 Smaterial cost2.1 SMRc4

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 287: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 33 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

07 54 19 2.1 SMRc52.1MRc72.1 SIEQc4.12.1 SSSc7.2

SD-05 Design Data1.4.2 GWind Uplift Resistance

SD-07 Certificates1.6.1Qualification of Manufacturer1.6.2Qualifications of Applicator1.6.3Qualification of Engineer of

Record1.4.2Wind Uplift Resistance1.4.1Fire Resistance2.2.1Minimum Polymer Thickness2.2.3Minimum Polymer Thickness1.11 GSample

SD-08 Manufacturer’s Instructions3.2 GApplication Method2.2.3 GMembrane Flashing3.3.2 GMembrane Flashing3.2.4Perimeter Attachment2.2.4.2Auxiliary Fasteners2.2.5Pre-Manufactured Accessories1.9 GCold Weather

SD-11 Closeout Submittals1.11 GWarranty

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 288: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 34 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

07 54 19 2.2.1 GInformation Card3.9 GInstructions to Government

Personnel2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1MRc72.1 SIEQc4.12.1 SSSc7.2

07 60 00 SD-02 Shop Drawings3.1.10 GCovering on sloped and vertical

surfaces3.1.13 GGutters3.1.14 GDownspouts3.1.18 GExpansion joints3.1.15 GFlashing for roof drains3.1.9 GBase flashing3.1.10 GCounterflashing3.1.19 GFlashing at roof penetrations3.1.11 GReglets3.1.16 GScuppers3.1.21 GCopings3.1.12 GDrip edge3.1.17 GOpen valley flashing3.1.18 GEave flashing2.1 Smaterial cost

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 289: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 35 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

07 60 00 2.1 SMRc42.1 SMRc5

SD-11 Closeout Submittals3.5Quality Control Plan2.1 Smaterial cost2.1 SMRc42.1 SMRc5

07 81 00 SD-03 Product Data3.3 GFireproofing Material2.1 Smaterial cost2.1IEQc4.22.2 SVOC Content of Fireproofing

MaterialSD-04 Samples

2.2 GSpray-Applied FireproofingSD-06 Test Reports

1.3.2 GFire Resistance Rating3.6 GField Tests1.3.3 GEvaluation Reports

SD-07 Certificates1.5.1 GInstaller Qualifications3.1 GSurface Preparation Report3.5.2 GManufacturer's Inspection Report

SD-11 Closeout Submittals2.1 Smaterial cost2.1IEQc4.2

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 290: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 36 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

07 81 00 2.2 SVOC Content of FireproofingMaterial

07 84 00 SD-02 Shop Drawings3.1 GFirestopping System2.1 SVOC content of firestopping

materialsSD-03 Product Data

2.1 Smaterial cost2.1 SIEQc4.1

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SIEQc4.1

07 92 00 SD-03 Product Data2.1 Smaterial cost2.1 SIEQc4.12.1 SIEQc4.2

SD-07 Certificates3.3.6Sealant

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SIEQc4.12.1 SIEQc4.2

08 11 13 SD-02 Shop Drawings2.3 GDoors2.3 GDoors2.8 GFrames

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 291: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 37 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

08 11 13 2.8 GFrames2.6Accessories2.10Weatherstripping

SD-03 Product Data2.3 GDoors2.8 GFrames2.6Accessories2.10Weatherstripping2.1 Smaterial cost2.1 Smaterial cost2.1 SMRc42.1 SMRc42.1 SMRc52.1 SMRc52.1 SIEQc4.12.1 SIEQc4.1

08 11 16 SD-02 Shop Drawings1.6.1 GDoors and frames2.2 GDoors and frames

SD-03 Product Data2.1 Smaterial cost2.1 SMRc42.1 SMRc5

SD-04 Samples1.6.2.1Finish sample

SD-05 Design Data

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 292: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 38 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

08 11 16 1.3.1 GcalculationsSD-08 Manufacturer’s Instructions

1.6.1Doors and frames2.2Doors and frames

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc5

08 14 00 SD-02 Shop Drawings2.2 GDoors

SD-03 Product Data2.2 GDoors2.3Accessories2.4.7Water-resistant sealer1.7warranty2.2.3 GSound transmission class rating2.2.4 GFire resistance rating1.4Certification1.2LEED2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1MRc72.1 SIEQc4.12.1 SIEQc4.22.1 SIEQc4.4

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 293: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 39 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

08 14 00 SD-04 Samples2.2Doors2.4.6.2 GDoor finish colors

SD-06 Test Reports2.5Cycle-slam2.5Hinge loading resistance

SD-11 Closeout Submittals1.2LEED2.1material cost2.1 SMRc42.1 SMRc52.1 SMRc72.1 SIEQc4.12.1 SIEQc4.22.1 SIEQc4.4

08 33 13 SD-02 Shop Drawings1.4 GDetail Drawings

SD-03 Product Data1.6Warranty2.2Rolling Counter Doors3.1Installation3.4Cleaning2.1 SGeneral2.1 SMRc42.1MRc5

SD-06 Test Reports

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 294: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 40 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

08 33 13 3.3Drop-testSD-11 Closeout Submittals

2.4Rolling Counter Door(Non-Rated)

2.1 SGeneral2.1 SMRc42.1 SMRc5

08 41 13 SD-01 Preconstruction Submittals1.3.1 GSample Warranty

SD-02 Shop Drawings1.3.1 GInstallation Drawings1.3.1 GFabrication Drawings

SD-03 Product Data1.3.1 GManufacturer's Catalog Data1.2LEED2.1LEED2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.1

SD-04 Samples1.3.1 GFinish and Color Samples

SD-06 Test Reports1.3.1 GCertified Test Reports

SD-07 Certificates3.4 GManufacturer's Product Warranty

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 295: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 41 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

08 41 13 SD-11 Closeout Submittals1.2LEED2.1LEED2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.1

08 51 13 SD-02 Shop Drawings2.3 GWindows1.12Fabrication Drawings

SD-03 Product Data2.3 GWindows1.13 GWindow Performance2.5 GThermal-Barrier Windows2.1 SGeneral2.1 SMRc42.1 SMRc52.1 SIEQc4.1

SD-04 Samples1.5.2.1Finish Sample

SD-05 Design Data2.3 GStructural Calculations for

Deflection1.5.3 GDesign Analysis

SD-06 Test Reports

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 296: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 42 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

08 51 13 1.5.4Minimum CondensationResistance Factor

2.3.3Resistance to Forced EntrySD-11 Closeout Submittals

2.1 SGeneral2.1 SMRc42.1 SMRc52.1 SIEQc4.1

08 71 00 SD-02 Shop Drawings1.4 GHardware schedule2.4.5Keying system

SD-03 Product Data2.4 GHardware items2.1 SGeneral2.1 SMRc42.1 SMRc5

SD-08 Manufacturer’s Instructions3.1Installation

SD-10 Operation and MaintenanceData

1.4 GHardware ScheduleSD-11 Closeout Submittals

1.5Key Bitting2.1 SGeneral2.1 SMRc42.1 SMRc5

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 297: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 43 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

08 81 00 SD-03 Product Data1.7.1Insulating Glass1.4Glazing Accessories2.1 SGeneral2.1 SMRc42.1 SMRc52.1 SIEQc4.1

SD-07 Certificates1.7.1Insulating Glass

SD-11 Closeout Submittals2.1 SGeneral2.1 SMRc42.1 SMRc52.1 SIEQc4.1

08 88 58 SD-02 Shop Drawings2.2 G AETower Cab Glass

SD-03 Product Data2.3.1 GLow-E Coated Insulated

Laminated Annealed Glass Units1.7.8 GSetting and Sealing Materials2.4 GSetting and Sealing Materials1.7.7 GGlazing Accessories2.4.6 GGlazing Accessories1.10.1 Smaterial cost1.10.2 SMRc41.10.2 SMRc5

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 298: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 44 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

08 88 58 1.10.3 SIEQc4.1SD-04 Samples

2.3.1 GLow-E Coated InsulatedLaminated Annealed Glass Units

SD-05 Design Data2.1.1 GCab Glazing Design Analysis2.1.2 GGlass Wind Load Calculations

SD-06 Test Reports1.7.7Compatibility and adhesion test

reports1.7.8Compatibility and adhesion test

reportsSD-07 Certificates

1.7.1Glass Engineer Qualifications1.7.2Fabricator Qualifications1.7.3Insulating Glass Certification1.7.4Installer Qualifications1.7.6Product Certificates1.10.4Environmental Data

SD-10 Operation and MaintenanceData

3.7Maintenance Manuals1.11.1Warranty for insulating glass

products1.11.2Warranty for laminated glass

products

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 299: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 45 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

08 88 58 1.11.3Warranty for coated-glassproducts

SD-11 Closeout Submittals1.10.1 Smaterial cost1.10.2 SMRc41.10.2 SMRc51.10.3 SIEQc4.1

08 91 00 SD-02 Shop Drawings1.5Wall louvers1.6Wall louvers

SD-03 Product Data2.1 Smaterial cost2.1 SMRc42.1 SMRc5

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc5

09 22 00 SD-02 Shop Drawings2.2 GMetal support systems

SD-03 Product Data2.1 Smaterial cost2.1 SMRc42.1 SMRc5

SD-11 Closeout Submittals2.1 Smaterial cost

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 300: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 46 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

09 22 00 2.1 SMRc42.1 SMRc5

09 29 00 SD-03 Product Data2.2.6Cementitious backer units2.2.3Water-Resistant Gypsum

Backing Board2.2.4Glass Mat Covered or Reinforced

Gypsum Sheathing2.2.5Impact Resistant Gypsum Board2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.1

SD-07 Certificates2.2 GAsbestos Free Materials

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.1

09 30 10 SD-02 Shop Drawings3.2 GDetail Drawings

SD-03 Product Data1.5.3Environmental Data2.1Tile2.1Tile

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 301: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 47 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

09 30 10 2.2 GSetting-Bed2.4 GMortar, Grout, and Adhesive1.5.1 Smaterial cost1.5.1 SMRc41.5.1 SMRc51.5.1 SIEQc4.11.5.1 SIEQc4.3

SD-04 Samples2.1 GTile2.1 GAccessories2.1 GTransition Strips2.5 GTransition Strips2.4 GGrout

SD-07 Certificates2.1Tile2.4Mortar, Grout, and Adhesive

SD-08 Manufacturer’s Instructions3.7Maintenance Instructions

SD-10 Operation and MaintenanceData

3.2 GInstallationSD-11 Closeout Submittals

1.5.1 Smaterial cost1.5.1 SMRc41.5.1 SMRc51.5.1 SIEQc4.1

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 302: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 48 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

09 30 10 1.5.1 SIEQc4.309 51 00 SD-02 Shop Drawings

1.3Approved Detail DrawingsSD-03 Product Data

1.3.4Acoustical Ceiling Systems2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.1

SD-04 Samples2.2Acoustical Units2.2.1Acoustic Ceiling Tiles

SD-06 Test Reports1.3.1Ceiling Attenuation Class and

TestSD-07 Certificates

2.2Acoustical Units2.2.1Acoustic Ceiling Tiles1.5 SSustainable Design Certification

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.1

09 62 38 SD-03 Product Data2.2 GStatic-Control Flooring

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 303: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 49 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

09 62 38 2.2 GAccessories2.2.1.3 GAdhesives2.5 GAdhesives1.12Warranty2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.32.1 SIEQc4.11.6 SOther Sustainable Requirements

SD-04 Samples2.2 GStatic-Control Flooring2.2 GAccessories

SD-06 Test Reports1.7Fire Resistance3.2Moisture, Alkalinity, and Bond3.6Testing

SD-07 Certificates2.2Static-Control Flooring2.2Accessories2.2.1.3Adhesives2.5Adhesives1.9Qualifications of Applicator

SD-08 Manufacturer’s Instructions2.2 GStatic-Control Flooring2.2 GAccessories

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 304: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 50 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

09 62 38 SD-10 Operation and MaintenanceData

2.2 GStatic-Control Flooring2.2 GAccessories

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.32.1 SIEQc4.11.6 SOther Sustainable Requirements

09 65 00 SD-02 Shop Drawings2.12 GResilient Flooring and

AccessoriesSD-03 Product Data

2.12 GResilient Flooring andAccessories

2.8Adhesives2.3Vinyl Composition Tile2.4Rubber Tile2.5Wall Base2.6Stair Treads, Risers and

Stringers2.1 Smaterial cost2.1 SMRc42.1 SMRc5

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 305: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 51 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

09 65 00 2.1 SIEQc4.32.1 SIEQc4.12.2 SEmissions Requirements

SD-04 Samples2.12 GResilient Flooring and

AccessoriesSD-06 Test Reports

3.3Moisture, Alkalinity, and BondTests

SD-08 Manufacturer’s Instructions3.2Surface Preparation3.1Installation

SD-10 Operation and MaintenanceData

2.12Resilient Flooring andAccessories

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.32.1 SIEQc4.12.2 SEmissions Requirements

09 65 66 SD-02 Shop Drawings1.7 GDetailed Drawings

SD-03 Product Data

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 306: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 52 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

09 65 66 3.1Installation1.3.3Certification2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.3

SD-04 Samples1.3.2Flooring

SD-07 Certificates1.3.2Flooring

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.3

09 68 00 SD-02 Shop Drawings3.4 GInstallation Drawings2.6 GMoldings

SD-03 Product Data2.2 GCarpet2.6 GMoldings2.2.1Physical Characteristics1.3.1Environmental Data2.1 Smaterial cost2.1 SMRc42.1 SMRc5

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 307: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 53 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

09 68 00 2.1 SIEQc4.32.1IEQc4.12.1 SIEQc4.2

SD-04 Samples2.2 GCarpet2.6 GMoldings

SD-06 Test Reports3.2 GMoisture and Alkalinity Tests

SD-07 Certificates2.2Carpet1.6Regulatory Requirements

SD-08 Manufacturer’s Instructions3.1Surface Preparation3.4Installation

SD-10 Operation and MaintenanceData

2.2 GCarpet3.5 GCleaning and Protection3.7.2Maintenance Service

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.32.1IEQc4.12.1 SIEQc4.2

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 308: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 54 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

09 69 13 SD-02 Shop Drawings1.4.1 GDetailed Installation Drawings

SD-03 Product Data2.2 GAccess Flooring System2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.1

SD-04 Samples2.3Floor Panels1.6Finish Flooring2.4Panel Support System1.4.1 GAccessories

SD-05 Design Data2.2.7Seismic Calculations

SD-06 Test Reports2.5Factory Tests3.2.4Electrical Resistance3.2Field Tests

SD-07 Certificates2.2Access Flooring System

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.1

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 309: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 55 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

09 72 00 SD-03 Product Data1.6 SEmissions Data2.2 GWallcoverings2.4Primer and Adhesive2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1IEQc4.12.1 SIEQc4.2

SD-04 Samples2.2 GWallcoverings

SD-07 Certificates2.2Wallcoverings

SD-08 Manufacturer’s Instructions2.2Wallcoverings

SD-10 Operation and MaintenanceData

2.2WallcoveringsSD-11 Closeout Submittals

1.6Emissions Data2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1IEQc4.12.1 SIEQc4.2

09 83 13 SD-02 Shop Drawings

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 310: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 56 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

09 83 13 2.2 GApproved Detail DrawingsSD-03 Product Data

3.2Installation2.2 GAcoustical Wall Panels2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.1

SD-04 Samples2.2 GAcoustical Wall Panels

SD-07 Certificates2.2Acoustical Wall Panels

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.1

09 90 00 SD-02 Shop Drawings3.9stencil

SD-03 Product Data1.10.2 Smaterial cost1.10.2 SIEQc4.21.10.2 SMRc41.10.1 SEmissions1.12.6.3 GCoating2.1 GCoating

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 311: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 57 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

09 90 00 2.1Manufacturer's Technical DataSheets

SD-04 Samples1.11 GColor

SD-08 Manufacturer’s Instructions3.2Application instructions3.5.2Mixing1.8.2Manufacturer's Material Safety

Data SheetsSD-11 Closeout Submittals

1.10.2 Smaterial cost1.10.2 SMRc41.10.2 SIEQc4.21.10.1 SEmissions

10 14 00.10 SD-02 Shop Drawings3.1 GApproved Detail Drawings

SD-03 Product Data1.3 GExterior Signage1.3.1Wind Load Requirements2.1 Smaterial cost2.1 SMRc42.1 SMRc5

SD-04 Samples1.3 GExterior Signage

SD-11 Closeout Submittals2.1 Smaterial cost

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 312: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 58 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

10 14 00.10 2.1 SMRc42.1 SMRc5

10 14 00.20 SD-02 Shop Drawings1.5.2 GDetail Drawings

SD-03 Product Data3.1 GInstallation1.7 GWarranty2.1 Smaterial cost2.1 SMRc42.1 SMRc5

SD-04 Samples1.5.1 GInterior Signage1.4 GSoftware

SD-10 Operation and MaintenanceData

3.1 GApproved Manufacturer'sInstructions

3.1.2 GProtection and CleaningSD-11 Closeout Submittals

2.1 Smaterial cost2.1 SMRc42.1 SMRc5

10 21 13 SD-02 Shop Drawings2.2Fabrication Drawings3.2 GInstallation Drawings

SD-03 Product Data

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 313: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 59 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

10 21 13 2.2Cleaning and MaintenanceInstructions

2.9Colors and Finishes2.3.1Anchoring Devices and

Fasteners2.3.3Hardware and Fittings2.3.2Brackets2.3.4Door Hardware2.4.1Toilet Enclosures2.2Room Entrance Screens2.4.2Urinal Screens2.7Pilaster Shoes2.1 Smaterial cost2.1 SMRc42.1 SMRc5

SD-04 Samples2.9 GColors and Finishes2.3.3Hardware and Fittings2.3.1Anchoring Devices and

FastenersSD-07 Certificates

1.6WarrantySD-10 Operation and MaintenanceData

2.2.1 GPlastic IdentificationSD-11 Closeout Submittals

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 314: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 60 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

10 21 13 2.4.1 SToilet Enclosures2.2 SRoom Entrance Screens2.4.2 SUrinal Screens2.7 SPilaster Shoes2.1 Smaterial cost2.1 SMRc42.1 SMRc5

10 26 00 SD-02 Shop Drawings2.3 GCorner Guards

SD-03 Product Data2.3 GCorner Guards2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.1

SD-04 Samples2.4 GFinish

SD-06 Test Reports2.3Corner Guards

SD-07 Certificates2.3Corner Guards

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SIEQc4.1

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 315: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 61 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

10 28 13 SD-03 Product Data2.2.2 GFinishes2.3 GAccessory Items2.1 Smaterial cost2.1 SMRc42.1 SMRc5

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc5

10 44 16 SD-02 Shop Drawings2.1 GCabinets2.2 GWall Brackets

SD-03 Product Data2.1 GCabinets2.2 GWall Brackets3.2.1Replacement Parts List

SD-11 Closeout Submittals1.4 SLEED

10 51 13 SD-02 Shop Drawings2.2 GTypes1.5 GLocation3.1Installation3.2Numbering system

SD-03 Product Data2.3Material

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 316: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 62 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

10 51 13 2.4.3Handles2.3.3Finish2.4components3.1Assembly2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1MRc7

SD-04 Samples1.6.1 GColor chips

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc52.1 SMRc7

12 24 13 SD-02 Shop Drawings3.2 GInstallation

SD-03 Product Data2.1 GWindow Shades

SD-04 Samples2.1 GWindow Shades

SD-06 Test Reports2.1Window Shades

SD-08 Manufacturer’s Instructions2.1Window Shades

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 317: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 63 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

12 24 13 SD-10 Operation and MaintenanceData

2.1Window Shades12 48 13 SD-02 Shop Drawings

3.2 GInstallation Drawings3.2 GDetail Drawings

SD-03 Product Data2.2 GEntrance Floor Mats and Frames2.3 GAdhesives and Concrete Primers2.1 Smaterial cost2.1IEQc4.12.3IEQc4.12.1 SIEQc4.22.3 SIEQc4.2

SD-04 Samples2.2 GEntrance Floor Mats and Frames

SD-08 Manufacturer’s Instructions3.2 GManufacturer's Instructions

SD-10 Operation and MaintenanceData

3.2 GProtection, Maintenance, andRepair Information

SD-11 Closeout Submittals2.1 Smaterial cost2.1IEQc4.12.3IEQc4.1

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 318: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 64 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

12 48 13 2.1 SIEQc4.22.3 SIEQc4.2

13 13 10 SD-02 Shop Drawings1.6.1 G AEControl Cab1.6.15.2 GCab Consoles

SD-03 Product Data1.6.1 GControl Cab2.1 Smaterial cost2.1 SMRc42.1 SMRc5

SD-04 Samples2.3 GWindow Shades1.6.9 GSloped Curtain Wall Framing

SD-05 Design Data1.6.1 GControl Cab

SD-06 Test Reports3.6.1Performance test procedures3.6.1 Gperformance test results3.6.2 GOperating tests

SD-07 Certificates1.7.2Manufacturer's Qualifications1.7.3Installer's Qualifications1.7.4Mill Test Reports1.7.5Welder Qualifications1.8Welding Inspector1.8Welding Inspector Qualifications

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 319: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 65 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

13 13 10 SD-08 Manufacturer’s Instructions3.1Erection Methods and

ProceduresSD-10 Operation and MaintenanceData

3.8Control Cab Equipment andSystems

SD-11 Closeout Submittals2.1 Smaterial cost2.1 SMRc42.1 SMRc5

13 48 00 SD-02 Shop Drawings3.1 GBracing3.4 GResilient Vibration Isolation

Devices2.1 GEquipment Requirements

SD-03 Product Data3.1 GBracing2.1 GEquipment Requirements

SD-06 Test Reports3.3 GAnchor Bolts

13 48 00.00 10 SD-02 Shop Drawings3.1Coupling and Bracing3.3Flexible Couplings or Joints2.1Equipment Requirements1.2.4 GContractor Designed Bracing

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 320: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 66 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

13 48 00.00 10 SD-03 Product Data3.1 GCoupling and Bracing2.1 GEquipment Requirements1.2.4 GContractor Designed Bracing

SD-07 Certificates2.3Flexible Ball Joints

14 21 23 SD-02 Shop Drawings2.1 GElevator1.2.1 GElevator Components1.2.2 GElevator Components1.2.1 GMachine and Elevator Controller1.3.4 GWiring Diagrams

SD-03 Product Data2.1 GElevator1.2.1 GElevator Components1.2.2 GElevator Components1.2.2 GData Sheets2.5.2 GElevator Microprocessor

ControllerSD-05 Design Data

1.2.3.3Emergency Power Systems1.2.3.2Heat Loads1.2.3.1Reaction Loads

SD-07 Certificates1.3.2 GPrice Lists1.4Warranty

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 321: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 67 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

14 21 23 1.3.1.1Endorsement Letter1.2.4Welders' Qualifications2.5.2.3 GElevator Controller Certification

SD-10 Operation and MaintenanceData

2.1 GElevator1.2.5 GMaintenance Control Program

(MCP)2.5.2.2 GSoftware and Documentation

21 12 00 SD-02 Shop Drawings1.4.4 G AEStandpipe system

SD-03 Product Data2.1.1 G AEPipe and fittings2.1.1 G AEMechanical couplings2.1.2 G AEPipe hangers and supports2.1.3 G AEValves2.1.8 G AEAlarm valves2.1.9 G AEWaterflow detector2.1.10 G AEValve tamper switch

SD-06 Test Reports3.8.1 G AEPreliminary tests3.8.2 G AEAcceptance tests

SD-07 Certificates1.6.1 G AEQualifications of installer

SD-10 Operation and MaintenanceData

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 322: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 68 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

21 12 00 2.1.8 G AEAlarm valvesSD-11 Closeout Submittals

1.6.2 G AESystem as-built drawings21 13 13.00 10 SD-02 Shop Drawings

1.4.3 G AEShop Drawings3.9As-Built Drawings

SD-03 Product Data1.4.1Fire Protection Related

Submittals2.3 G AEMaterials and Equipment1.6Spare Parts3.8 G AEPreliminary Tests3.9 G AEFinal Acceptance Test3.10 G AEOnsite Training1.4.1 G AEFire Protection Specialist1.4.2 G AESprinkler System Installer

SD-05 Design Data1.4.3 G AESway Bracing1.2.1.3 G AEHydraulic Calculations

SD-06 Test Reports3.8Preliminary Test Report3.9Final Acceptance Test Report

SD-07 Certificates3.3Inspection by Fire Protection

Specialist

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 323: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 69 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

21 13 13.00 10 SD-10 Operation and MaintenanceData

3.10 G AEOperating and MaintenanceManuals

21 30 00 SD-01 Preconstruction Submittals1.3Fire Pump Installation Related

Submittals1.7.1 G AEFire Protection Specialist

SD-02 Shop Drawings3.3.1 G AEInstallation Drawings3.11.2 G AEAs-Built Drawings3.3.2 G AEPiping Layout3.3.2 G AEPump Room

SD-03 Product Data2.1 G AECatalog Data1.6Spare Parts3.8.2Preliminary Tests3.8 G AEField Tests1.7.6 G AEManufacturer's Representative3.11.1 G AEField Training3.8.3Army Final Acceptance Test

SD-06 Test Reports3.8.2Preliminary Tests3.8.3Army Final Acceptance Test

SD-07 Certificates1.7.1Fire Protection Specialist

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 324: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 70 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

21 30 00 1.7.2Qualifications of Welders1.7.3Qualifications of Installer1.7.4Preliminary Test Certification1.7.5Final Test Certification

SD-10 Operation and MaintenanceData

3.11.1Operating and MaintenanceInstructions

2.15Flow Meter22 00 00 SD-02 Shop Drawings

3.9.1 GPlumbing SystemSD-03 Product Data

2.6Fixtures2.6.3Flush Valve Water Closets2.6.4Flush Valve Urinals2.6.6Flush Tank Water Closets2.6.7Wall Hung Lavatories2.6.8Countertop Lavatories2.6.9Kitchen Sinks2.6.13Mop Sinks2.6.10 GDrinking-Water Coolers2.11 GWater Heaters2.13 GPumps3.9.1.1 GBackflow Prevention Assemblies2.8.2 GShower Faucets1.5.1Welding

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 325: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 71 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

22 00 00 2.14Water Pressure Booster System3.4 GVibration-Absorbing Features3.9.1Plumbing System

SD-06 Test Reports3.9Tests, Flushing and Disinfection3.9.1.1 GTest of Backflow Prevention

AssembliesSD-07 Certificates

1.3Materials and Equipment2.3.1Bolts

SD-10 Operation and MaintenanceData

3.9.1 GPlumbing SystemSD-11 Closeout Submittals

2.2.2 SWater-Efficient Products2.2.3 SEnergy-Efficient Water Heaters2.1 SLeed Requirements

23 00 00 SD-02 Shop Drawings1.5.5 GDetail Drawings

SD-03 Product Data2.10.1.1Metallic Flexible Duct2.10.1.2Insulated Nonmetallic Flexible

Duct Runouts2.10.1.2Duct Connectors2.10.2 GDuct Access Doors2.10.3Fire Dampers

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 326: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 72 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

23 00 00 2.10.4 GManual Balancing Dampers2.10.8.1Diffusers2.10.8.2Registers and Grilles2.10.9Louvers2.11.1.1Centrifugal Fans2.11.1.2Axial Flow Fans2.12 GAir Handling Units2.13.1 GRoom Fan-Coil Units2.13.2.1 GVariable Volume, Single Duct

Terminal Units2.14 GEnergy Recovery Devices1.5.6Test Procedures1.3.1.2 GDiagrams

SD-06 Test Reports3.12 GPerformance Tests3.10 GDamper Acceptance Test

SD-08 Manufacturer’s Instructions3.2Manufacturer's Installation

Instructions3.14.2Operation and Maintenance

TrainingSD-10 Operation and MaintenanceData

3.14.1 GOperation and MaintenanceManuals

2.10.3 GFire Dampers

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 327: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 73 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

23 00 00 2.10.4 GManual Balancing Dampers2.11.1.1 GCentrifugal Fans2.11.1.2 GAxial Flow Fans2.12 GAir Handling Units2.13.1 GRoom Fan-Coil Units2.13.2.1 GVariable Volume, Single Duct

Terminal UnitsSD-11 Closeout Submittals

2.1 SGeneral Leed Requirements23 03 00.00 20 SD-11 Closeout Submittals

2.1.1 SEnergy Efficient Equipment forMotors

2.1.2 SReduce Volatile OrganicCompounds (VOC)

23 05 93 SD-01 Preconstruction Submittals1.3.3 GRecords of Existing Conditions1.5.3.1 GTAB Firm1.2 GTAB Team Assistants1.2 GTAB Team Engineer1.5.3.2 GTAB Specialist1.2 GTAB Team Field Leader

SD-02 Shop Drawings1.3.3 GTAB Schematic Drawings and

Report FormsSD-03 Product Data

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 328: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 74 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

23 05 93 1.3 GEquipment and PerformanceData

1.5.3.4 GTAB Related HVAC Submittals1.5.2 GTAB Procedures1.5.2 GCalibration1.3.3 GSystems Readiness Check1.5.4 GTAB Execution1.5.4.3 GTAB Verification

SD-06 Test Reports3.3.5 GCompleted Pre-Final DALT

Report3.3.8 GCertified Final DALT Report1.6.1.1 GTAB Design Review Report1.5.5.2 GTAB Report for Season 11.5.5.2 GTAB Report for Season 2

SD-07 Certificates1.5.1 GIndependent TAB Agency and

Personnel Qualifications1.6.1 GDALT and TAB Submittal and

Work Schedule1.6.1.3 GTAB Pre-Field Engineering

Report1.5.3.1 GTAB Firm1.3.3 GDesign Review Report1.6.1 GAdvanced Notice for Season 1

TAB Field Work

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 329: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 75 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

23 05 93 1.6.1 GPrerequisite HVAC Work CheckOut List For Season 1

1.6.1 GAdvanced Notice for Season 2TAB Field Work

1.6.1 GPrerequisite HVAC Work CheckOut List For Season 2

23 07 00 SD-02 Shop Drawings2.3Pipe Insulation Systems3.2Pipe Insulation Systems3.3Duct Insulation Systems3.4Equipment Insulation Systems

SD-03 Product Data2.3 GPipe Insulation Systems3.2 GPipe Insulation Systems3.3 GDuct Insulation Systems3.4 GEquipment Insulation Systems

SD-08 Manufacturer’s Instructions2.3 GPipe Insulation Systems3.2 GPipe Insulation Systems3.3 GDuct Insulation Systems3.4 GEquipment Insulation Systems

SD-11 Closeout Submittals2.2.1 SGeneral Leed Requirements

23 09 00 SD-02 Shop Drawings3.2 GDDC Contractor Design Drawings3.2 GDraft As-Built Drawings

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 330: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 76 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

23 09 00 3.2 GFinal As-Built DrawingsSD-03 Product Data

1.8.1 GProgramming Software1.8.2 GController Application Programs1.8.1 GConfiguration Software2.2 GManufacturer's Product Data

SD-06 Test Reports1.5Existing Conditions Report3.4.2 GStart-Up Testing Report3.5.1 GPVT Procedures3.5.3 GPVT Report1.9.1 GPre-Construction Quality Control

(QC) Checklist1.9.2 GPost-Construction Quality Control

(QC) ChecklistSD-10 Operation and MaintenanceData

3.6 GOperation and Maintenance(O&M) Instructions

3.8.1 GTraining DocumentationSD-11 Closeout Submittals

2.4 GEnclosure Keys3.1.11.1 GPassword Summary Report1.9.3 GCloseout Quality Control (QC)

Checklist23 11 25 SD-02 Shop Drawings

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 331: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 77 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

23 11 25 1.5.2 GGas Piping System2.3 GGas Piping System3.3 GGas Piping System

SD-03 Product Data1.5.2 GGas Equipment Connectors1.5.2 GGas Piping System2.3 GGas Piping System3.3 GGas Piping System2.2 GPipe Coating Materials2.7 GPressure Regulators2.5 GRisers2.3.6 GTransition Fittings2.4 GValves2.3.2 GWarning and Identification Tape

SD-06 Test Reports3.17 GTesting3.17.1 GPressure Tests3.17.2 GTest with Gas

SD-07 Certificates1.5.1 GWelders Procedures and

Qualifications1.5.1 GAssigned Number, Letter, or

SymbolSD-08 Manufacturer’s Instructions

2.2 GPipe Coating Materials

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 332: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 78 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

23 11 25 SD-10 Operation and MaintenanceData

1.3.1 GGas Facility System andEquipment Operation

1.3.2 GGas Facility System Maintenance1.3.3 GGas Facility Equipment

MaintenanceSD-11 Closeout Submittals

2.1 SGeneral Leed Requirements23 52 43.00 20 SD-02 Shop Drawings

1.3.2.2Fuel Train1.3.2.2Wiring Diagram

SD-03 Product Data2.2Boilers2.4Boiler Trim and Control

Equipment2.3Burners and Control Equipment

SD-06 Test Reports3.4.1Operational Tests1.3.3Water Analysis

SD-07 Certificates2.2Boilers2.3Burners and Control Equipment2.4Boiler Trim and Control

EquipmentSD-08 Manufacturer’s Instructions

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 333: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 79 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

23 52 43.00 20 2.2Boilers2.4.7Feedwater Treatment Feeder

SD-10 Operation and MaintenanceData

2.2BoilersSD-11 Closeout Submittals

2.1.1 SEnergy Efficient Equipment forBoilers

2.2boilers23 64 10 SD-03 Product Data

3.2 GWater Chiller3.2 GWater Chiller3.5.1 GWater Chiller3.5.1 GWater Chiller3.5.2 GWater Chiller3.5.2 GWater Chiller1.5.1Verification of Dimensions1.7Manufacturer's Multi-Year

Compressor Warranty2.9Factory Tests3.6System Performance Tests3.7Demonstrations

SD-06 Test Reports3.5Field Acceptance Testing3.2Water Chiller3.5.1Water Chiller

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 334: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 80 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

23 64 10 3.5.2Water Chiller2.9Factory Tests3.6System Performance Tests

SD-07 Certificates3.2.2 GRefrigeration System

SD-08 Manufacturer’s Instructions3.2 GWater Chiller3.5.1 GWater Chiller3.5.2 GWater Chiller

SD-10 Operation and MaintenanceData

3.7 GOperation and MaintenanceManuals

SD-11 Closeout Submittals2.1.1 SEnergy Efficient Equipment for

Chillers3.1.1 SIndoor Air Quality During

Construction2.1.2 SOzone Depleting Substances

23 64 26 SD-03 Product Data2.5.8 GCalibrated Balancing Valves2.5.9 GWater Temperature Mixing Valve2.5.10 GWater Temperature Regulating

Valves2.5.11Water Pressure Reducing Valve2.5.12Pressure Relief Valve

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 335: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 81 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

23 64 26 2.5.13Combination Pressure andTemperature Relief Valves

2.6.9 GExpansion Joints2.7 GPumps2.6.3Combination Strainer and Pump

Suction Diffuser2.8Expansion Tanks2.9Air Separator Tanks2.10Buffer Tank

SD-06 Test Reports3.1.1.3Piping welds NDE report3.4.2 GPressure tests reports

SD-07 Certificates3.1.1.1Employer's Record Documents

(For Welding)3.1.1.2Welding Procedures and

QualificationsSD-08 Manufacturer’s Instructions

3.5 GLesson plan for the InstructionCourse

SD-10 Operation and MaintenanceData

2.11 GWater Treatment Systems2.5.8 GCalibrated Balancing Valves2.5.9 GWater Temperature Mixing Valve

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 336: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 82 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

23 64 26 2.5.10 GWater Temperature RegulatingValves

2.5.11 GWater Pressure Reducing Valve2.5.12 GPressure Relief Valve2.5.13 GCombination Pressure and

Temperature Relief Valves2.6.9 GExpansion Joints2.7 GPumps2.6.3 GCombination Strainer and Pump

Suction Diffuser2.8 GExpansion Tanks2.9 GAir Separator Tanks

SD-11 Closeout Submittals2.1 SGeneral Leed Requirements

23 82 02.00 10 SD-02 Shop Drawings1.4Drawings

SD-03 Product Data2.1Materials and Equipment1.6Spare Parts3.4Posted Instructions3.1Verification of Dimensions3.6System Performance Tests3.4 GDemonstrations

SD-06 Test Reports3.5 GRefrigerant Tests, Charging, and

Start-Up

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 337: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 83 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

23 82 02.00 10 3.6 GSystem Performance TestsSD-07 Certificates

2.1Materials and Equipment2.1.1Service Organization

SD-10 Operation and MaintenanceData

3.4 GOperation and MaintenanceManuals

26 05 48.00 10 SD-02 Shop Drawings3.2Lighting Fixtures in Buildings1.3Equipment Requirements

SD-03 Product Data3.2 GLighting Fixtures in Buildings1.3 GEquipment Requirements1.2.4 GContractor Designed Bracing

26 08 00 SD-06 Test Reports3.1Acceptance tests and inspections

SD-07 Certificates1.4.1Qualifications1.4.3Acceptance test and inspections

procedure26 12 19.10 SD-02 Shop Drawings

1.5.1 GPad-mounted transformerdrawings

SD-03 Product Data2.2 GPad-mounted transformers

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 338: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 84 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

26 12 19.10 SD-06 Test Reports3.7.1 GAcceptance checks and tests

SD-07 Certificates2.2.2.1 GTransformer Efficiencies

SD-09 Manufacturer’s FieldReports

2.8.2 Gdesign tests2.8.3 Groutine and other tests

SD-10 Operation and MaintenanceData

1.6.1 GTransformer(s)SD-11 Closeout Submittals

2.8.1 GTransformer test schedule26 20 00 SD-02 Shop Drawings

2.13 GPanelboards2.15 GTransformers2.4 GCable trays2.24 GWireways

SD-03 Product Data2.12 GReceptacles2.13.3 GCircuit breakers2.10 GSwitches2.15 GTransformers2.14 GEnclosed circuit breakers2.16 GManual motor starters2.25 GSurge protective devices

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 339: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 85 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

26 20 00 SD-06 Test Reports3.5.2 G600-volt wiring test3.5.5 GGrounding system test3.5.3 GTransformer tests3.5.4 GGround-fault receptacle test

SD-07 Certificates2.11 GFuses

SD-09 Manufacturer’s FieldReports

2.27.1Transformer factory testsSD-10 Operation and MaintenanceData

1.6.1 GElectrical SystemsSD-11 Closeout Submittals

2.1 SIEQc4.126 28 01.00 10 SD-03 Product Data

2.4Fault Current Analysis2.4Protective Device Coordination

Study2.1Equipment1.4.1System Coordinator3.2Installation

SD-06 Test Reports3.3Field Testing

26 29 23 SD-02 Shop Drawings1.5.1 GSchematic diagrams

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 340: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 86 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

26 29 23 1.5.2 GInterconnecting diagrams1.5.3 GInstallation drawings

SD-03 Product Data2.1 GVariable frequency drives2.3Wires and cables1.5.4Equipment schedule

SD-06 Test Reports3.2.1VFD Test3.2.2Performance Verification Tests3.2.3Endurance Test

SD-08 Manufacturer’s Instructions1.5.5Installation instructions

SD-09 Manufacturer’s FieldReports

2.5.1 GVFD Factory Test Plan1.5.6Factory test results

SD-10 Operation and MaintenanceData

2.1Variable frequency drives26 32 15.00 10 SD-02 Shop Drawings

1.3.7 G AEDetailed Drawings3.10 G AEAcceptance

SD-03 Product Data2.1.8Harmonic Requirements2.1.1Engine-Generator Parameter

Schedule

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 341: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 87 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

26 32 15.00 10 2.8.2Heat Exchanger2.15Generator2.5Manufacturer's Catalog1.3.2Site Welding1.5Spare Parts3.7Onsite Training2.1.7Vibration-Isolation3.9 G AEPosted Data and Instructions1.3.5Experience1.3.6Field Engineer3.2General Installation

SD-05 Design Data2.15Performance Criteria2.9 G AESound Limitations2.6.4Integral Main Fuel Storage Tank3.6.1.2Power Factor2.19.5Time-Delay on Alarms2.13.3.2Battery Charger

SD-06 Test Reports2.27Factory Inspection and Tests2.27.2Factory Tests3.6 G AEOnsite Inspection and Tests

SD-07 Certificates2.8Cooling System2.8Cooling System2.1.7Vibration Isolation

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 342: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 88 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

26 32 15.00 10 2.27.2Prototype Test2.1.5Reliability and Durability2.12Emissions2.9Sound Limitations3.1Site Visit2.15.1Current Balance2.4Materials and Equipment3.6.3Inspections

SD-10 Operation and MaintenanceData

3.7 G AEOperation and MaintenanceManuals

3.7 G AEMaintenance Procedures2.14Special Tools2.7.2Filters

26 36 00.00 10 SD-02 Shop Drawings1.3.1Detail Drawings2.1Equipment3.1Installation

SD-03 Product Data2.1Material2.1Equipment

SD-06 Test Reports2.6 GTesting

SD-07 Certificates2.1Equipment

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 343: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 89 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

26 36 00.00 10 2.1Material1.3.2Switching Equipment

SD-10 Operation and MaintenanceData

1.3.2Switching Equipment3.2Instructions

26 41 00 SD-02 Shop Drawings1.4.1.1 G AEOverall lightning protection

system1.4.1.2 G AEEach major component

SD-06 Test Reports1.4.3 G AELightning Protection and

Grounding System Test Plan3.5.1 G AELightning Protection and

Grounding System TestSD-07 Certificates

1.2.3 G AELightning Protection SystemInstallers Documentation

1.4.2 G AEComponent UL Listed andLabeled

1.4.4 G AELightning protection systeminspection certificate

3.1.1 G AERoof manufacturer's warranty26 51 00 SD-03 Product Data

1.5.1 GLED Lighting Fixtures2.2 GLED Lighting Fixtures

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 344: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 90 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

26 51 00 2.6 GExit signs2.7 GEmergency lighting equipment2.8 GOccupancy sensors

SD-11 Closeout Submittals2.1.1ID Credit

26 56 00 SD-01 Preconstruction Submittals1.5.2 GPhotometric Plan1.7.1 GLED Luminaire Warranty

SD-02 Shop Drawings1.5.1.1 GLuminaire drawings1.5.1.2 GPoles

SD-03 Product Data2.3 GLED Luminaires2.3.2 GLuminaire Light Sources2.3.3 GLuminaire Power Supply Units

(Drivers)2.4.1 GPhotocell2.5.1 GAluminum poles2.5.2 GSteel poles2.6Brackets

SD-05 Design Data1.5.3 GDesign Data for luminaires

SD-06 Test Reports1.5.4 GLED Luminaire - IES LM-79 Test

Report

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 345: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 91 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

26 56 00 1.5.5 GLED Light Source - IES LM-80Test Report

3.2Operating testSD-07 Certificates

1.7.1 GLuminaire Useful Life CertificateSD-10 Operation and MaintenanceData

1.8Operational ServiceSD-11 Closeout Submittals

2.1.1ID Credit27 10 00 SD-03 Product Data

1.6.2 G AEProduct Data Cut SheetsSD-07 Certificates

1.6.3 G AETelecommunications ContractorQualifications

1.6.4 G AEKey Personnel Qualifications1.6.5 G AEManufacturer Certifications1.6.6 G AETest plan

SD-11 Closeout Submittals1.6.7 G AETest Reports1.6.8 G AEAsbuilt Drawings1.6.9 G AEWarranty2.1 SMRc72.1 SIEQc4.12.1 SIEQc4.22.1 SIEQc4.4

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 346: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 92 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

28 31 76 SD-02 Shop Drawings2.1.2 G AENameplates2.16.9 G AEInstructions3.2.1 G AEWiring Diagrams1.2.1 G AESystem Layout2.3 G AESystem Operation2.21 G AENotification Appliances2.17 G AEAmplifiers

SD-03 Product Data1.6 G AETechnical Data And Computer

Software2.15 G AEFire Alarm Control Unit and Mass

Notification Control Unit (FMCP)3.2.2 G AETerminal cabinets2.20 G AEManual stations2.24 G AETransmitters2.14.1 G AEBatteries2.14.2 G AEBattery chargers2.10 G AESmoke sensors2.12 G AEHeat detectors2.11 G AECarbon Monoxide Detectors2.21 G AENotification appliances2.7 G AEAddressable interface devices2.17 G AEAmplifiers2.19 G AEFire Fighters' Smoke Control

Station (FSCS)

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 347: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 93 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

28 31 76 2.17 G AEDigitalized voice generators2.16 G AERemote Fire Alarm/Mass

Notification Control Units2.24.1 G AERadio transmitter and interface

panels1.4.4 G AELocal Operating Console (LOC)

SD-05 Design Data2.14.1.2 G AEBattery power2.14.2 G AEBattery chargers

SD-06 Test Reports3.5Field Quality Control3.5.1 G AETesting Procedures2.10.4 G AESmoke sensor testing

SD-07 Certificates1.7.1.4Installer3.5.2.2Formal Inspection and Tests3.5.2.3Final Testing

SD-09 Manufacturer’s FieldReports

2.3 G AESystem Operation1.7.2.2Fire Alarm/Mass Notification

SystemSD-10 Operation and MaintenanceData

3.8 G AEOperation and Maintenance(O&M) Instructions

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 348: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 94 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

28 31 76 3.6Instruction of GovernmentEmployees

SD-11 Closeout Submittals3.5.2.4As-Built Drawings

31 00 00 SD-01 Preconstruction Submittals3.4 G ROShoring1.3.3 G RODewatering Work Plan

SD-03 Product Data3.8Utilization of Excavated Materials

SD-06 Test Reports2.2Borrow Site Testing

SD-07 Certificates3.19Testing

SD-11 Closeout Submittals2.1 STotal material cost for each

product2.1 SCredit MRc5

31 11 00 SD-03 Product Data3.6.2 GNonsaleable Materials

SD-04 Samples2.1Tree wound paint

31 31 16.13 SD-03 Product Data3.3.6 G ROTermiticide Application Plan2.1Termiticides3.3.3Foundation Exterior3.3.4Utilities and Vents

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 349: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 95 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

31 31 16.13 3.3.5Crawl and Plenum Air Spaces3.1Verification of Measurement3.4.1Application Equipment1.6Warranty

SD-04 Samples2.1Termiticides

SD-06 Test Reports3.4.1Equipment Calibration and Tank

Measurement1.5.1Soil Moisture1.3Quality Assurance

SD-07 Certificates1.3.1Qualifications

31 32 11 SD-02 Shop Drawings3.2.2Layout3.2.4Obstructions Below Ground3.2.2Erosion Control2.5.1Seed Establishment Period3.7Maintenance Record

SD-03 Product Data2.2.2Geosynthetic Binders2.1Recycled Plastic2.3.4Paper Fiber2.3.9Mulch Control Netting and Filter

Fabric2.3.10Hydraulic Mulch

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 350: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 96 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

31 32 11 2.4Geotextile Fabrics2.9Aggregate1.4Equipment3.1.1Finished Grade

SD-04 Samples1.7Materials

SD-06 Test Reports2.2.2Geosynthetic Binders2.3.10Hydraulic Mulch2.4Geotextile Fabrics2.9Sand2.9Gravel

SD-07 Certificates3.3.12.1Fill Material2.3Mulch2.3.10Hydraulic Mulch2.4Geotextile Fabrics2.2.2Geosynthetic Binders2.2.1Synthetic Soil Binders1.6.1Installer's Qualification2.1Recycled Plastic2.5Seed2.3.8Asphalt Adhesive2.3.11Tackifier2.3.6Wood By-Products

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 351: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 97 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

31 32 11 SD-10 Operation and MaintenanceData

3.7.2Maintenance InstructionsSD-11 Closeout Submittals

1.6.3.1 SLocal/Regional Materials2.1 SRecycled Plastic2.3.4 SPaper Fiber2.3.9 SMulch Control Netting and Filter

Fabric2.3.10 SHydraulic Mulch2.4 SGeotextile Fabrics2.9 SAggregatePart 2 STotal material cost for each

product31 62 13.13 SD-02 Shop Drawings

2.1.2PilesSD-04 Samples

3.3.1Concrete testing31 63 16 SD-02 Shop Drawings

1.2 G ROAuger Cast Grout PilesSD-03 Product Data

3.6 G ROTest Piles1.2.3Grout Pump2.1Materials3.4Grout Specimens for Laboratory

Tests

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 352: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 98 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

31 63 16 3.5Grout specimens for ContractorTests

CasingsSD-06 Test Reports

3.6Test Piles3.6.3Loading Test3.3Flow Cone Test

SD-07 Certificates1.2Auger Cast Grout Piles

SD-11 Closeout Submittals3.10Records

32 01 19 SD-03 Product Data3.1.2.1 GManufacturer's

Recommendations3.1Equipment

SD-04 Samples1.3.1 GMaterials

SD-06 Test Reports1.3.1 GCertified Copies of the Test

ReportsSD-11 Closeout Submittals

1.6 STotal material cost for eachproduct

1.6 SLEED Documentation32 05 33 SD-01 Preconstruction Submittals

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 353: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 99 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

32 05 33 2.4 GIntegrated Pest ManagementPlan

SD-03 Product Data1.6.1 SLocal/Regional Materials2.1 GFertilizer2.2.1 SHose2.3 SMulches Topdressing2.3.2Organic Mulch Materials

SD-07 Certificates3.4.1Maintenance inspection report3.4.2 GPlant quantities

SD-11 Closeout Submittals3.4.3Tree, staking and guying removal

32 11 23 SD-06 Test Reports1.6 GSampling and Testing1.6.2.4 GField Density Tests

SD-11 Closeout Submittals2.1 STotal material cost for each

product2.1 SCredit MRc42.1 SCredit MRc5

32 12 17 SD-04 Samples1.4.2Bituminous pavement

SD-05 Design Data1.4.3Job-mix formula2.3ASPHALT CEMENT BINDER

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 354: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 100 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

32 12 17 2.4MIX DESIGNSD-06 Test Reports

2.6.1Specific gravity test of asphalt2.6.1Coarse aggregate tests2.6.1Weight of slag test2.6.1Percent of crushed pieces in

gravel2.6.1Fine aggregate tests2.6.1Specific gravity of mineral filler2.6.1Bituminous mixture tests3.5.2.1Aggregates tests3.5.2.2Bituminous mix tests3.5.2.3Pavement courses

SD-11 Closeout Submittals2.1 STotal material cost for each

product2.1 SCredit MRc42.1 SCredit MRc5

32 13 11 SD-03 Product Data2.2.6 GDiamond Grinding Plan2.9.1 GDowels2.9.2 GDowel Bar Assemblies2.11Equipment3.1.2 GProposed Techniques

SD-05 Design Data

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 355: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 101 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

32 13 11 2.13.2 GPreliminary ProposedProportioning

2.13.2 GProportioning StudiesSD-06 Test Reports

1.4.2 GBatch Plant Manufacturer'sInspection Report

1.4.2 GSlipform Paver Manufacturer'sInspection Report

2.2.4.1 GSampling and Testing2.2.6 GDiamond Grinding of PCC

Surfaces2.11.2.3 GMixer Performance (Uniformity)

Testing3.9.1 GRepair Recommendations Plan

SD-07 Certificates1.4.2 GContractor Quality Control Staff1.4.4Laboratory Accreditation and

Validation1.4.4.3 GCommercial Laboratory2.11NRMCA Certificate of

ConformanceSD-11 Closeout Submittals

2.1 STotal material cost for eachproduct

2.1 SCredit MRc42.1 SCredit MRc5

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 356: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 102 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

32 16 13 SD-03 Product Data2.2Concrete

SD-06 Test Reports3.8Field Quality Control

SD-11 Closeout Submittals2.1 STotal material cost for each

product2.1 SCredit MRc42.1 SCredit MRc5

32 17 24.00 10 SD-03 Product Data1.3 GEquipment2.2.1Composition Requirements1.5.1Qualifications

SD-06 Test Reports2.6Sampling and Testing

SD-07 Certificates2.2.3Volatile Organic Compound

(VOC)32 31 13 SD-02 Shop Drawings

1.3 GErection/Installation Drawings1.3 GFence Assembly3.16.1 GLocation of Gate, Corner, End,

and Pull Posts1.3 GGate Assembly2.17 GGate Hardware and Accessories

SD-03 Product Data

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 357: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 103 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

32 31 13 2.8 GTop Rail2.10 GBottom Rail1.3 GFence Assembly1.3 GGate Assembly2.17 GGate Hardware and Accessories2.1 GRecycled material content

SD-07 Certificates1.5.1 GZinc Coating2.2 GZinc Coating1.5.1 GPVC coating1.5.1 GAluminum alloy coating2.3 GFabric2.4 GFabric3.8 GFabric2.12 GStretcher Bars2.17 GGate Hardware and Accessories2.20 GConcrete3.4 GConcrete

SD-08 Manufacturer’s Instructions1.3 GFence Assembly1.3 GGate Assembly1.3 GHardware Assembly1.3 GAccessories1.3 GAccessories

32 92 19 SD-03 Product Data2.6.3Wood cellulose fiber mulch

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 358: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 104 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

32 92 19 2.5FertilizerSD-06 Test Reports

2.3.3Topsoil composition testsSD-07 Certificates

2.2seedSD-08 Manufacturer’s Instructions

2.8Erosion Control MaterialsSD-11 Closeout Submittals

2.1 STotal material cost for eachproduct

2.1 SCredit MRc532 92 23 SD-03 Product Data

2.5FertilizerSD-06 Test Reports

2.3.3Topsoil composition testsSD-07 Certificates

2.2sodsSD-11 Closeout Submittals

2.1 STotal material cost for eachproduct

2.1 SCredit MRc532 93 00 SD-01 Preconstruction Submittals

1.5.3State Landscape Contractor'sLicense

1.7Time Restrictions and PlantingConditions

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 359: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 105 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

32 93 00 SD-03 Product Data1.9.1 SLocal/Regional Materials2.3.8 SComposted Derivatives2.6.2 SOrganic Mulch Materials2.3.9 SGypsum2.6 GMulch2.7.1.2Ground Stakes2.7.1.2Ground Stakes2.8.1 SHose2.5Fertilizer2.7.1Staking Material2.7.7Metal anchors1.5.4 GPhotographs

SD-04 Samples2.6 GMulch

SD-06 Test Reports1.5.1Topsoil composition tests2.2.2Topsoil composition tests1.5.5Percolation Test

SD-07 Certificates1.5.2Nursery certifications2.1.1Nursery certifications

33 11 00 SD-03 Product Data2.2 GPipe, Fittings, Joints and

Couplings2.3 GValves

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 360: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 106 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

33 11 00 2.3.2 GIndicator Posts2.4.1 GHydrants2.2.3 GPipe Anchorage2.6.1 GTapping Sleeves2.6.7 GFire Department Connections

SD-06 Test Reports3.2.7Bacteriological Samples

SD-07 Certificates2.2Pipe, Fittings, Joints and

Couplings2.2.1.1Lining2.2.2.1Lining for Fittings2.3Valves2.4.1Hydrants3.2.7Disinfection Procedures

SD-08 Manufacturer’s Instructions3.2.1Manufacturer's Instructions

33 30 00 SD-01 Preconstruction Submittals1.6Existing Conditions

SD-02 Shop Drawings1.4.2 GDrawings2.3.1 GPrecast concrete manhole2.3.4 GMetal items2.3.4.1 GFrames, covers, and gratings

SD-03 Product Data2.1 GPipeline materials

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 361: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 107 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

33 30 00 SD-06 Test Reports2.4 GReports

SD-07 Certificates2.2.2 GPortland Cement2.1.1.2 GGaskets2.3.2 GGaskets

33 40 00 SD-03 Product Data3.3Placing Pipe

SD-04 Samples2.1Pipe for Culverts and Storm

DrainsSD-07 Certificates

2.1.2Resin Certification3.8Pipeline Testing2.7Hydrostatic Test on Watertight

Joints3.7.5Determination of Density2.3.6Frame and Cover for Gratings

33 51 15 SD-02 Shop Drawings2.1Pipe, Fittings, and Associated

MaterialsSD-03 Product Data

2.1 GMaterials and Equipment1.6 GSpare Parts2.1 GPipe and Accessory Coatings

SD-05 Design Data

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 362: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 108 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

33 51 15 1.4.2.2 GConnections to Existing Lines3.13 GConnections to Existing Lines1.4.2.2 GConnection and Abandonment

Plan3.13.2 GConnection and Abandonment

Plan1.4.1.2 GJointing of Polyethylene and

Fiberglass PipingSD-06 Test Reports

3.15.2 GPressure and Leak TestsSD-07 Certificates

1.4.1.1 GWelder's training, qualificationsand procedures

3.13.1Utility WorkSD-10 Operation and MaintenanceData

1.2.1 GGas distribution system andequipment operation

1.2.2 GGas distribution systemmaintenance

1.2.3 GGas distribution equipmentmaintenance

33 71 02 SD-02 Shop Drawings1.4.1 GPrecast underground structures

SD-03 Product Data2.5 GMedium voltage cable

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 363: Seymour Johnson AFB, North Carolina

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 109 OF 109 PAGES

Air Traffic Control Tower/Base Operation Complex

33 71 02 2.6 GMedium voltage cableterminations

2.11.2.1 GPrecast concrete structures2.11.2.4Sealing Material3.5.3Pulling-In Irons2.11.3 GManhole frames and covers2.11.4 GHandhole frames and covers2.11.5 GComposite/fiberglass handholes2.12 GCable supports

SD-06 Test Reports2.14.2 GMedium voltage cable

qualification and production tests3.17.1 GField Acceptance Checks and

Tests2.14.1 GArc-proofing test3.3 GCable Installation Plan and

ProcedureSD-07 Certificates

1.4.2 GCable splicer/terminator1.4.3 GCable Installer Qualifications

SUBMITTAL REGISTERCONTRACT NO.

TITLE AND LOCATION CONTRACTOR

CONTRACTOR:SCHEDULE DATES

CONTRACTORACTION

APPROVING AUTHORITY

ACTIVITY NO

TRANSMITTAL NO

SPEC SECT

DESCRIPTION

ITEM SUBMITTED

PARAGRAPH

#

CLASSIFICATION

GOVT OR A/E REVWR SUBMIT

APPROVALNEEDED

BY

MATERIALNEEDED

BY

ACTION CODE

DATEOF

ACTION

DATE FWDTO APPR

AUTH/

DATE RCDFROM

CONTR

DATE FWDTO OTHERREVIEWER

DATE RCDFROM OTHREVIEWER

ACTION CODE

DATEOF

ACTION

MAILEDTO

CONTR/

DATE RCDFRM APPR

AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

Page 364: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 33 29

SUSTAINABILITY REPORTING

02/15

PART 1 GENERAL

1.1 REFERENCES 1.2 SUMMARY 1.3 SUBMITTALS 1.4 LEED ACTION SUBMITTALS 1.5 GUIDING PRINCIPLES VALIDATION (GPV) 1.5.1 Sustainability Action Plan 1.5.2 Costs 1.5.3 Calculations 1.5.4 Third Party Certification (TPC) Documentation 1.5.5 Third Party Certification (TPC) 1.6 SUSTAINABILITY SUBMITTALS 1.6.1 High Performance Sustainable Building (HPSB) Checklist 1.6.1.1 HPSB Checklist Submittals 1.6.1.2 HPSB Checklist Public Access 1.6.2 "S" Submittals for Sustainability Documentation 1.6.3 SUSTAINABILITY NOTEBOOK 1.6.3.1 Sustainability Notebook Submittal Schedule 1.7 DOCUMENTATION REQUIREMENTS 1.7.1 Commissioning 1.7.2 Energy-Efficient Equipment 1.7.3 Benchmarking 1.7.4 Water Conserving Fixtures 1.7.5 Reduce Volatile Organic Compounds (VOC) (Low Emitting Materials) 1.7.6 Indoor Air Quality During Construction 1.7.7 Environmentally Preferred Products 1.7.8 Recycled Content 1.7.9 Bio-Based Products 1.7.10 Waste Material Management (Recycling - Construction) 1.7.11 Ozone Depleting Substances 1.7.12 Validation and Certification Restrictions

PART 2 PRODUCTS

2.1 MATERIALS, GENERAL 2.2 RECYCLED CONTENT OF MATERIALS 2.3 REGIONAL MATERIALS 2.4 CERTIFIED WOOD 2.5 LOW-EMITTING MATERIALS 2.6 REDUCED MERCURY LAMPS

PART 3 EXECUTION

3.1 LEED CREDIT MRc2--CONSTRUCTION WASTE MANAGEMENT 3.2 LEED CREDIT IEQc3--CONSTRUCTION INDOOR-AIR-QUALITY MANAGEMENT

SECTION 01 33 29 Page 1

Page 365: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.3 LEED CREDIT IEQc7.2--THERMAL COMFORT VERIFICATION 3.4 LEED ID CREDIT--REDUCED MERCURY LAMPS 3.5 SUSTAINABILITY COORDINATION 3.5.1 Coordinating Sustainability Documentation Progress 3.6 SUSTAINABILITY AWARD 3.6.1 Third Party Certification Plaque and Certificates

-- End of Section Table of Contents --

SECTION 01 33 29 Page 2

Page 366: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 33 29

SUSTAINABILITY REPORTING02/15

PART 1 GENERAL

1.1 REFERENCES

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

AMERICAN SOCIETY OF HEATING, REFRIGERATING AND AIR-CONDITIONING ENGINEERS (ASHRAE)

ASHRAE 189.1 (2014; Errata 1-2 2015) Standard for the Design of High-Performance Green Buildings Except Low-Rise Residential Buildings

ASHRAE 52.2 (2012; Errata 2013; INT 1 2014; ADD A, B, AND D SUPP 2015; INT 3 2015) Method of Testing General Ventilation Air-Cleaning Devices for Removal Efficiency by Particle Size

SHEET METAL AND AIR CONDITIONING CONTRACTORS' NATIONAL ASSOCIATION (SMACNA)

ANSI/SMACNA 008 (2007) IAQ Guidelines for Occupied Buildings Under Construction, 2nd Edition

SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT (SCAQMD)

SCAQMD Rule 1168 (1989; R 2005) Adhesive and Sealant Applications

U.S. DEPARTMENT OF ENERGY (DOE)

ISWG Guiding Principles (2008) High Performance and Sustainable Buildings Guidance

U.S. GREEN BUILDING COUNCIL (USGBC)

LEED BD+C (2009; R 2010) Leadership in Energy and Environmental Design(tm) Building Design and Construction (LEED-NC)

LEED GBDC Ref Guide (2009; R 2010) LEED Reference Guide for Green Building Design, Construction and Major Renovations of Commercial and Institutional Buildings including Core & Shell and K-12 Projects

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

40 CFR 247 Comprehensive Procurement Guideline for

SECTION 01 33 29 Page 3

Page 367: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Products Containing Recovered Materials

1.2 SUMMARY

This specification includes general requirements and procedures for this project to be constructed and documented per the federally mandated "Guiding Principles" (GP), Third Party Certification (TPC) requirements, UFC 1-200-02, High Performance and Sustainable Building Requirements, and other requirements identified in this specification.

1.3 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for Contractor QC approval. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. Submittals with an "S" are for inclusion in the Sustainability Notebook, in conformance to this section. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Preliminary Sustainability Notebook; G

Preliminary High Performance and Sustainable Building Checklist; S

SD-07 Certificates

Third Party Certification (TPC); S

SD-11 Closeout Submittals

Final Sustainability Notebook; G

Final High Performance and Sustainable Building Checklist; G, S

Amended Final Sustainability Notebook; G

Third Party Certification Plaque and Certificates; G, S

1.4 LEED ACTION SUBMITTALS

a. General: Submit additional LEED submittals required by other specification sections.

b. LEED submittals are in addition to other construction product submittals and should be clearly marked as "LEED Submittal." If submitted item is identical to that submitted to comply with other requirements, submit duplicate copies as a separate submittal to verify compliance with indicated LEED requirements. Identify the use for each product, and interior/exterior location and highlight relevant LEED information on the submittal.

c. LEED Implementation Plans: Provide preliminary submittals within 30 consecutive calendar days of date established for the Notice to Proceed indicating how the following requirements will be met and the name of the individual(s) on the Contractor's staff responsible for ensuring LEED credits and prerequisites are earned and responsible for assembling documentation for:

SECTION 01 33 29 Page 4

Page 368: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1. Credit MR 2 Construction Waste Management Plan: Waste management plan complying with Division 01, Section "Construction and Demolition Waste Management," demonstrating how construction practices and protocol onsite will achieve the required percentage of waste diversion.

2. Credit IEQ 3 Construction Indoor Air Quality Management Plan: Construction indoor air-quality management plan to be implemented during construction and pre-occupancy.

(a) Implementation Plan for Construction Indoor Air Quality Management during construction complying with the LEED GBDC Ref Guide Credit IEQ 3.1. The Implementation Plan shall identify the individual on the Contractor's staff responsible for implementing the plan and serving as the IAQ Manager. The Plan shall address, at a minimum: Education and training of subcontractors; storage and protection of absorptive materials, HVAC protection; source control; pathway interruption; housekeeping; and scheduling, as identified in SMACNA's "IAQ Guideline for Occupied Buildings under Construction."

(b) Implementation Plan for Pre-Occupancy Indoor Air Quality Management complying with the requirements of the LEED GBDC Ref Guide Credit IEQ 3.2. The Implementation Plan shall be based upon Option 1 - Flushout Procedure (before occupancy or after partial occupancy) or Option 2 - Air Quality Testing Procedure, as detailed in PART 3.

3. Credit IEQ 7.2 Thermal Comfort Verification and Corrective Action Plan as detailed in PART 3.

4. Procurement Planning for materials credits: Using a LEED Materials Credit Tracking Form available in LEED Online and Schedule of Values for material costs, create a procurement plan that lists targeted materials, material costs and estimated percentages for each product that meet the following LEED credits. The procurement plan shall demonstrate how the required percentage thresholds for these credits will be achieved (as indicated in this Section, Paragraph 1.5.4).

(a) Credit MR 4: List of proposed materials with recycled content. Indicate cost and estimated post-consumer recycled content, and pre-consumer recycled content for each product having recycled content.

(b) Credit MR 5: List of proposed regional materials. Identify each targeted regional material, including its manufacturing and raw material extraction locations, estimated cost, and the fraction by weight that is considered locally/regionally manufactured and extracted/harvested.

(c) Credit MR 7: List of proposed certified wood products. Indicate each product containing certified wood, including its source, percentage and estimated cost of certified wood products. Contractor shall provide the name and current FSC certificate number for manufacturers of wood assemblies, such as architectural wood cabinetry, to indicate the manufacturer holds FSC chain of custody.

SECTION 01 33 29 Page 5

Page 369: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

d. LEED Documentation Action Submittals:

1. General:

(a) LEED Submittal forms, provided by or approved by the Architect, are to be submitted by the Subcontractor; LEED product certifications are to be made by manufacturers.

(b) Where a LEED Submittal is called for, fill out and submit the appropriate forms. Fill out one form for each different brand name product and each different manufacturer of a lot of commodity products. Where submittal attachments are specified, attach the documentation to the back of the form.

(c) Each form must be signed by the entity capable of certifying information and by an officer of the company. For products, certifications shall be made by the manufacturer, not the supplier. For custom fabricated products or assemblies, such as architectural woodwork, certification shall be made by the fabricator of the end product delivered to the job site for installation.

(d) For assembly products, such as architectural woodwork, submit a calculation of the components materials of the assembly and the percentage of each component, based on component weight relative to overall weight of the assembly. For each component, provide percentages that comply with respective credits, with a total assembly percentage applicable to the respective credit.

2. Credit SS1--Construction Activity Pollution Prevention: Provide a description of Erosion and Sedimentation Control (ESC) measures implemented and provide date-stamped photos showing implementation of ESC measures. Provide the inspection and corrections log summary during construction.

3. Credit SS 7.2--Heat Island Effect, Roof: Provide product data for each roofing assembly material highlighting solar reflectance and emittance of each material or the manufacturer's calculated solar reflectance index (SRI) value.

4. Credit MR 2--Construction Waste Management: Comply with DIVISION 01, Section "Construction Waste Management and Disposal." The Contractor shall include a waste management plan that complies with the LEED requirements for recycling and/or salvage of at least 75 percent (by weight, consistently throughout) of construction and demolition waste. The plan should include proposed worksheets for tracking the value used and recordkeeping requirements for documentation to validate the final value. Contractor shall save receipts/tickets which may be required as documentation in the event of an audit. Refer to LEED GBDC Ref Guide for definitions and requirements.

5. Credit MR 4--Recycled Content Materials: Product data and/or manufacturer’s certification letter highlighting percentages, by weight, of post-consumer and pre-consumer recycled content for products having recycled content. Include statement indicating cost for each product having recycled content. Provide for each material or assembly product, as applicable.

SECTION 01 33 29 Page 6

Page 370: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

6. Credit MR 5--Local/Regional Materials: Product data for regional materials, or manufacturer’s certification letter, highlighting location and distance from Project of material manufacturer and point of extraction, harvest, or recovery for each raw material comprising the product or assembly. Include statement indicating cost for each regional material or assembly and the fraction, by weight, that meets the regionally sourced criteria. Provide for each material or assembly product, as applicable.

7. Credit MR 7--FSC-Certified Wood: For wood assemblies, the manufacturer of the final assembly delivered to the job site for installation shall hold FSC chain of custody (COC). Installers are not required to hold FSC chain of custody as long as they do not alter the assembly or product during installation. Submittals shall include:

(a) For each wood-based product or assembly, provide material cost, percentage of total new (virgin) wood, by weight, and percent of new wood that is FSC-certified. Provide a listing of all component materials and manufacturers.

(b) Submit manufacturer’s invoice for each new wood-based FSC-certified and noncertified product or assembly. Invoices shall itemize each wood product on a line item with identification of FSC claim type-FSC 100 percent, FSC Mix Credit or FSC Mix XX percent. Invoice shall include the manufacturer’s chain of custody number.

(c) Provide a copy of the current FSC chain of custody certificate(s).

8. Credit IEQ 3.1--Construction IAQ Management Plan, During Construction:

(a) Construction Indoor-Air-Quality Management Plan.

(b) Product data and locations for filtration media used during occupancy.

(c) Construction Documentation: Date-stamped photographs taken several different times during the construction period, along with a brief description of the SMACNA approach employed in each photo, documenting implementation of the indoor-air quality management measures, including: Protection of HVAC equipment, source control, pathway interruption, housekeeping, scheduling and protection of on-site stored or installed absorptive materials.

9. Credit IEQ 3.2--Construction IAQ Management Plan, Pre-Occupancy:

(a) Signed statement describing the building air flush-out procedures including the dates when flush-out was begun and completed and statement that filtration media was replaced before and after flush-out, as needed. Include calculations to determine duration of the flush out period and records of daily temperature and humidity logs during the flush-out period.

(b) Product data for filtration media used during flush-out and during occupancy and locations where each was used.

SECTION 01 33 29 Page 7

Page 371: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

(c) Report from testing and inspecting agency indicating results of indoor-air-quality testing and documentation showing compliance with indoor-air-quality testing procedures and requirements.

10. Credit IEQ 4.1--Low-Emitting Adhesives & Sealants: Product data or MSDS sheets for adhesives and sealants used on-site and inside the weatherproofing system highlighting VOC content of each product used. Clearly identify usage and location of usage (indoor, outdoor).

11. Credit IEQ 4.2--Low-Emitting Paints & Coatings: Product data or MSDS sheets for paints and coatings used on-site and inside the weatherproofing system highlighting VOC content of each product used. Clearly identify usage, substrate and location of usage (indoor, outdoor).

12. Credit IEQ 4.3--Low-Emitting Flooring: Product data or certifications for flooring systems highlighting compliance with standards as follows:

(a) Documentation from the manufacturer or third-party certifier that carpet systems meet Green Label Plus certification.

(b) Documentation from the manufacturer or third-party certifier that ceramic tile, resilient, pre-finished wood or other hard flooring is certified as compliant with FloorScore standard by an independent 3rd party.

(c) Documentation from the manufacturer or third-party certifier that resilient wall base is certified as compliant with FloorScore standard by an independent 3rd party.

(d) Documentation that concrete floor finishes and coatings do not exceed the VOC requirements of South Coast Air Quality Management District (SCAQMD) Rule 1113, effective January 2004 for the application. Provide product data or MSDS sheet highlighting VOC content and identify use for each product.

(e) Documentation that tile setting adhesives and grout and adhesives for carpet, hard flooring, and resilient wall base do not exceed the VOC limits of SCAQMD Rule 1168, effective July 1, 2005. Provide product data or MSDS sheet highlighting VOC content and identify use for each product.

13. Credit IEQ 4.4--Composite Wood & Agrifiber Products: Product data for all interior products containing composite wood or agrifiber materials and laminating adhesives highlighting that they do not contain added urea-formaldehyde resin. Identify the use of each product.

14. Credit IEQ 5--Indoor Pollutant Source Control: Product data for filtration media (MERV 8) used during construction if the building systems were used during construction and filtration media replaced in all air handling equipment following construction (MERV 13).

15. Credit IEQ 7.2--Implementation plan for administering the thermal comfort survey and action plan, identifying the individual

SECTION 01 33 29 Page 8

Page 372: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

responsible for implementation as detailed in PART 3.

16. Innovation & Design Credit for Reduced Mercury Lamps: Product Data for all interior and exterior lamps used on the project shall include the following documentation:

(a) Lamp manufacturers’ technical specifications, record life expectancy, light output and mercury content in picograms (mg/lamp).

(b) Product manufacturer or suppliers documentation that verifies compliance with voluntary NEMA guidelines for compact fluorescent lamps, if used.

(c) Documentation from product manufacturer or supplier that verifies either rated picogram per lumen-hour or rated mercury content, lumen output and lamp life.

(d) Completed Low-Mercury Lamp calculation spreadsheet, as provided by the A/E after award of contract.

1.5 GUIDING PRINCIPLES VALIDATION (GPV)

All work within the project scope will adhere to the ISWG Guiding Principles Validation process.

Provide construction related sustainability documentation to verify achievement of ISWG Guiding Principles Validation (GPV). Provide the following for GPV:

a. Refer to Attachment 1, HPSB Checklist at the end of this specification section.

b. Obtain approval of any changes to the HPSB Checklist from the Contracting Officer at the Preconstruction Conference. Contracting Officer's approval establishes identified ISWG Guiding Principles Requirements as the project's sustainability goals.

1. No variations or substitutions to the HPSB Checklist are allowed without written consent from the Contracting Officer. Immediately bring to the attention of the Contracting Officer any changes that impact meeting the approved ISWG Guiding Principles Requirements for this project and demonstrate that change will not incur additional construction cost or increase the life cycle cost.

c. Include all work required to incorporate the applicable ISWG Guiding Principles Requirements indicated on the HPSB Checklist and in this contract.

d. Include construction related documentation to maintain an up-to-date Sustainability Notebook. Supplement construction related documentation containing the following components:

1. HPSB Checklist.

2. Sustainability Action Plan.

3. Documentation illustrating Guiding Principle (GP) Requirements compliance.

SECTION 01 33 29 Page 9

Page 373: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

4. Commissioning Plan and Reports.

1.5.1 Sustainability Action Plan

Include the following information in the Sustainability Action Plan:

a. Contractor's planned method to achieve each construction related GP requirement.

b. For each designated construction related ISWG Guiding Principles Requirements that is not achieved, provide narrative explaining how mission or activity precludes achieving specific sustainability requirement or goal. Provide analysis of particular requirement and level to which project is able to comply.

c. Name and contact information for: Contractor's LEED BD+C Accredited Professional and POC responsible for ensuring sustainability goals are accomplished and documentation is assembled. LEED BD+C may also serve as waste management coordinator and/or indoor air quality management coordinator and is experienced with LEED Online and documentation requirements, LEED submittal preparation and review, as well as implementation of Construction IAQ Management Plans and Construction Waste Management Plans.

1.5.2 Costs

Contractor is responsible for all costs associated with constructing and demonstrating that project complies with approved ISWG Guiding Principles Requirements.

1.5.3 Calculations

Provide calculations, product data, and certifications required in this section to demonstrate compliance with the ISWG Guiding Principles Requirements.

1.5.4 Third Party Certification (TPC) Documentation

Only the Air Traffic Control Tower and Base Operations Building has been designed for, and must be constructed to attain a sustainability rating of LEED Silver certified under GBDC Ref Guide v2009. Project is already registered with USGBC in LEED Online. Provide construction related sustainability documentation, in the format required by USGBC, to the Contracting Officer for approval, and for final approval by USGBC/GBCI. Third Party Certification is met when Government receives certificate and plaque. Include the following:

a. Refer to Attachment 2, LEED Checklist at the end of this specification section. Achieve the following LEED credits at the minimum threshold indicated:

1. Credit MR 2--Construction Waste Management, 75 percent minimum.

2. Credit MR 4--Recycled Content Materials, 20 percent minimum.

3. Credit MR 5--Local/Regional Materials, 20 percent minimum.

4. Credit MR 7--FSC-Certified Wood, 50 percent minimum.

SECTION 01 33 29 Page 10

Page 374: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

5. Credit IEQ 3.1--Construction Indoor Air Quality Management Plan, During Construction.

6. Credit IEQ 3.2--Construction Indoor Air Quality Management Plan, Pre-Occupancy.

7. Credit IEQ 4.1--Low-Emitting Adhesives & Sealants.

8. Credit IEQ 4.2--Low-Emitting Paints & Coatings.

9. Credit IEQ 4.3--Low-Emitting Flooring.

10. Credit IEQ 4.4--Composite Wood and Agrifiber Products.

11. Credit IEQ 7.2--Thermal Comfort Verification.

12. ID Credit 1.1--Reduced Mercury Lamps.

13. ID Credit 1.2--Exemplary Performance for MRc4 or MRc5-30 percent, minimum, at the Contractor's option.

14. ID Credit 1.3--Exemplary Performance for one additional MR credit as follows: MRc2 or MRc7-95 percent minimum, at the Contractor’s option.

15. Complete credit documentation of LEED construction phase credits partially documented by the A/E during the design phase. Contractor shall complete LEED Online Credit Form and upload supporting documentation to LEED online.

(a) Prerequisite SSp1--Construction Activity Pollution Prevention: Contractor shall demonstrate, through labeled photos, measures implemented during demolition and construction and/or provide inspection and resolution logs. Provide a narrative of measures and process.

(b) Credit SS 7.2--Heat Island Effect, Roof: Contractor shall provide product data for each roofing surface material, highlighting the SRI of each roofing material.

(c) Credit IEQ 5--Indoor Pollutant Source Control: If building systems are used during construction, Contractor shall provide product data for filtration media installed during construction and pre-occupancy, as well as locations where filtration media was installed.

b. Obtain approval of the LEED Checklist from the Contracting Officer at the Pre-Construction Conference.

1. No variations or substitutions to the approved LEED checklist are allowed without written consent from the Contracting Officer. Immediately bring to the attention of the Contracting Officer any project changes that impact meeting the approved LEED Requirements for this project. Demonstrate that change will not: Incur additional construction cost; increase the life cycle cost; impact previous LEED Design Review; or impact required LEED certification level.

SECTION 01 33 29 Page 11

Page 375: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

c. Complete all work required to incorporate the applicable LEED Requirements.

d. Maintain the construction related information, and provide replacement pages, in the Sustainability Notebook pertaining to additions and changes to the approved sustainability requirements. The Sustainability Notebook is in electronic format and is explained in paragraph 1.6.3 entitled "SUSTAINABILITY NOTEBOOK." The Sustainability Notebook contains the following components in addition to the GPV components above:

1. LEED Checklist.

2. LEED Implementation Plan.

3. Completed LEED documentation for each identified prerequisite and credit. Upload into the LEED Online website.

4. Copy of all correspondence with USGBC/GBCI.

e. Include the following information in the Sustainability Action Plan. Provide this LEED information in addition to the GPV Action Plan items above:

1. Contractor's planned method to achieve each LEED requirement.

2. For each required LEED credit that is attempted but not achieved, provide narrative explaining how mission or activity precludes achieving specific sustainability requirement or goal. Provide analysis of particular requirement and level to which project is able to comply.

3. Provide the commissioning plan and schedule for performance testing.

4. Name and contact information for: Contractor's Sustainability POC and other names of sustainability professionals on the Contractor's Staff responsible for ensuring LEED sustainability goals are accomplished and documentation is assembled. Contractor's Sustainability POCs are also responsible for ensuring GPV required in paragraph 1.5 GUIDING PRINCIPLES VALIDATION (GPV) above.

f. Contractor is responsible for all costs associated with constructing and demonstrating that project complies with approved LEED requirements, including but not limited to:

1. LEED coordination with Government's AE and other consultants, LEED website requirements, and management for construction related documentation.

2. Construction work required to incorporate LEED prerequisites and credits.

3. Submittals required to demonstrating compliance with Government approved LEED checklists.

g. Provide all calculations, product data, and certifications required in this contract to demonstrate compliance with the LEED Requirements of

SECTION 01 33 29 Page 12

Page 376: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

this section.

1.5.5 Third Party Certification (TPC)

Project is already registered with USGBC/GBCI through LEED Online to achieve Silver certification level of LEED GBDC Ref Guide v2009. The LEED Online management will be turned over to the Contractor, who will assume full responsibility for management and obtaining Final Certification. Third Party Certification requirement is met when Government receives LEED certificate and plaque.

The LEED Certification requires the following:

a. Refer to Attachment 2, LEED Checklist at the end of this specification section.

b. Obtain approval of the LEED Checklist from the Contracting Officer at the Pre-Construction Conference.

1. No variations or substitutions to the approved LEED checklist are allowed without written consent from the Contracting Officer. Immediately bring to the attention of the Contracting Officer any project changes that impact meeting the approved LEED Requirements for this project. Demonstrate that change will not: Incur additional construction cost; increase the life cycle cost; impact previous LEED Design Review; or impact required LEED certification level.

c. Complete all work required to incorporate the applicable LEED Requirements.

d. Maintain the construction related information, and provide replacement pages, in the Sustainability Notebook pertaining to additions and changes to the approved sustainability requirements. The Sustainability Notebook is in electronic format and is explained in the paragraph entitled "SUSTAINABILITY NOTEBOOK." The Sustainability Notebook contains the following components in addition to the GPV components above:

1. LEED Checklist.

2. Completed LEED Online forms for each identified prerequisite and credit.

3. Copy of all correspondence with USGBC/GBCI including proof of LEEDregistration.

4. Documentation illustrating compliance with LEED requirements.

5. LEED Award Certificate.

e. Include the following information in the Sustainability Action Plan. Provide this LEED information in addition to the GPV Action Plan items above:

1. Contractor's planned method to achieve each LEED requirement.

2. For each required LEED credit that is attempted but not achieved, provide narrative explaining how mission or activity precludes

SECTION 01 33 29 Page 13

Page 377: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

achieving specific sustainability requirement or goal. Provide analysis of particular requirement and level to which project is able to comply.

3. Name and contact information for: Contractor's Sustainability POC and other names of sustainability professionals on the Contractor's Staff responsible for ensuring LEED sustainability goals are accomplished and documentation is assembled.

f. Contractor is responsible for all costs associated with constructing and demonstrating that project complies with approved LEED requirements, including but not limited to:

1. Preliminary and final construction credit GBCI review, certification and plaque fees.

2. Online LEED management and documentation.

3. Obtaining LEED certification based on Government-approved sustainability goals.

4. Construction work required to incorporate LEED prerequisites and credits.

5. Submittals required to demonstrate compliance with Government approved LEED checklists.

g. Provide all calculations, product data, and certifications required in this specification to demonstrate compliance with the LEED Requirements.

h. Provide all online LEED management and documentation.

i. Contractor is responsible for all required responses to USGBC/GBCI.

j. Provide LEED Plaque and Certificates. Use format below to create the Plaque, Certificate and Letter of Congratulations. Confirm information with the Contracting Officer prior to placing the order for the certificates and plaque. Forward to parties designated by Contracting Officer:

1. Plaque:

(a) Name: Final Building Name. If unknown, provide Form DD1391 Project Name.

2. Certificate:

(a) Project Title, first line: P-(X); Form DD1391 Project Name).

(b) Project Title, second line: UIC (Installation code).

3. Letter Congratulations:

(a) Address letter to Facility's Installation commander Name. Address the letter to an individual person.

1.6 SUSTAINABILITY SUBMITTALS

Provide HPSB Checklist and other documentation in the Sustainability

SECTION 01 33 29 Page 14

Page 378: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Notebook to indicate compliance with the sustainability requirements of the project.

1.6.1 High Performance Sustainable Building (HPSB) Checklist

Provide construction documentation that provides proof of and supports compliance with the completed HPSB Checklist.

1.6.1.1 HPSB Checklist Submittals

Submit updated HPSB Checklist with each Sustainability Notebook submittal. Attach final HPSB Checklist to DD1354 Real Property Record Submittal.

1.6.1.2 HPSB Checklist Public Access

Where not included as attachment to this specification section, use the following as HPSB Checklist.

a. Air Force - Air Force MILCON Sustainability Requirements Scoresheet, Attachment 3 of "AF Sustainable Design Development Implementing Guidance Memo" http://www.wbdg.org/ccb/browse_cat.php?c=265.

1.6.2 "S" Submittals for Sustainability Documentation

Submit the GPV and LEED sustainability documentation required in this specification as "S" submittals. Highlight GPV and LEED compliance data in "S" submittal.

1.6.3 SUSTAINABILITY NOTEBOOK

Provide and maintain a comprehensive Sustainability Notebook to document compliance with the sustainability requirements identified in the approved HPSB and LEED Checklists. Sustainability Notebook must contain all required data to support full compliance with the ISWG Guiding Principles Requirements and LEED requirements. Sustainability Notebook is in the form of an Adobe PDF file; bookmarked at each ISWG Guiding Principles Requirement, LEED requirement, and sub-bookmarked at each document. Match format to ISWG Guiding Principles numbering system indicated herein. Maintain up to date information, spreadsheets, templates, and other required documentation with each current submittal. For LEED projects, provide a second Table of contents using LEED numbering system. Locate documentation unique to LEED here. Where LEED documentation would repeat GP documentation, insert note referring reviewer to GP documentation.

Contracting Officer may deduct from the monthly progress payment accordingly if Sustainability Notebook information is not current, until information is updated and on track per project goals.

1.6.3.1 Sustainability Notebook Submittal Schedule

Provide Sustainability Notebook Submittals at the following milestones of the project:

a. Preliminary Sustainability Notebook:

1. Submit preliminary Sustainability Notebook for approval at the Pre-construction conference. Include Preliminary High Performance and Sustainable Building Checklist.

SECTION 01 33 29 Page 15

Page 379: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

b. Construction Progress Meetings. Update GP and LEED documentation in the Sustainability Notebook and LEED Online tool for each meeting.

c. Final Sustainability Notebook:

1. Submit updated Sustainability Notebook within 60 days after the Beneficial Occupancy Date (BOD). Final progress payment retainage may be held by Contracting Officer until final sustainability documentation is complete. Submit three (3) electronic copies of the Final Sustainability Notebook on DVDs to the Government. Include Final High Performance and Sustainable Building Checklist.

d. Amended Final Sustainability Notebook:

1. Amend and resubmit the Final Sustainability Notebook to include commissioning, testing and balancing, and collection of performance requirements. Submit three (3) final electronic copies of the Amended Final Sustainability Notebook Submittal on DVDs to the Government no longer than 30 days after the GP, LEED, and Cx designated data collection period.

1.7 DOCUMENTATION REQUIREMENTS

Third Party Certification requirements or credits are mandatory when they have requirements that match a Guiding Principle Requirement. Documentation used to demonstrate LEED compliance may be used to demonstrate GP compliance.

Incorporate each of the following ISWG Guiding Principles Requirements into project construction; and provide documentation that proves compliance with each listed requirement. Items below are organized according to the ISWG Guiding Principles. For projects that require LEED, refer to Third Party Certifier's reference manuals for LEED requirements.

1.7.1 Commissioning

Work with the Commissioning Authority (CxA) to achieve requirements of the Commissioning plan and other contract document requirements at each stage of commissioning. Maintain up-to-date records of commissioning activities in the Sustainability Notebook, to include commissioning plan and summary commissioning report.

1.7.2 Energy-Efficient Equipment

Provide only energy-using equipment that is Energy Star rated, or has the Federal Energy Management Program (FEMP) recommended efficiency. Where Energy Star or FEMP recommendations have not been established, provide most efficient equipment available. Provide only energy using equipment that meets FEMP requirements for low standby power consumption. Energy efficient equipment can be found at: http://www1.eere.energy.gov/femp/ and http://www.energystar.gov/. Provide the following documentation:

a. Proof that equipment is labeled energy efficient and complies with the cited requirements.

1.7.3 Benchmarking

Provide report of initial actual energy performance with the energy design targets. Provide the following documentation:

SECTION 01 33 29 Page 16

Page 380: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Prefinal Performance Report with data collected from the first 60 days of operation of the facility after Beneficial Occupancy Date (BOD). Submit this information with the Final Sustainability Notebook Submittal.

1.7.4 Water Conserving Fixtures

Provide only water-consuming products that are EPA WaterSense labeled, or the most efficient water fixtures available when EPA WaterSense products are not available. Provide the following documentation:

Proof that water fixtures are efficient and comply with the cited requirements.

1.7.5 Reduce Volatile Organic Compounds (VOC) (Low Emitting Materials)

Provide materials and products with low pollutant emissions, including composite wood products, adhesives, sealants, interior paints and finishes, carpet systems, and furnishings. Meeting the requirements of ASHRAE 189.1 Sections 8.4.2 (Prescriptive Option: Materials) or Section 8.5.2 (Performance Option: Materials) demonstrates compliance. Insulation products must meet the requirements of Section 8.5.2 (Performance Option: Materials). Provide the following documentation:

a. Demonstrate that materials do not exceed maximum VOC emissions of cited standards. VOC averaging is allowed where coatings are subject to human contact or harsh environmental conditions.

b. Demonstrate that flooring materials comply with VOC emissions of cited standards.

c. Demonstrate that composite wood and agrifiber products and associated laminating adhesives contain no added urea-formaldehyde.

d. Demonstrate that furniture and seating, as included in the scope of the work, comply with low emissions requirements.

e. Create and maintain a list of above listed products used on the project within the building vapor barrier. Demonstrate how product meets cited standards.

1.7.6 Indoor Air Quality During Construction

Prior to construction, create indoor air quality plan. Implement IAQ plan during construction and flush building air before occupancy.

a. Construction submittal documentation required:

1. For new construction and for renovation of unoccupied existing buildings, comply with ASHRAE 189.1 Section 10.3.1.4 (Indoor Air Quality (IAQ) Construction Management), with maximum outdoor air consistent with achieving relative humidity no greater than 60 percent. For renovation of occupied existing buildings, comply with ANSI/SMACNA 008 IAQ Guidelines for Occupied Buildings Under Construction.

2. Provide required documentation showing that after construction ends and prior to occupancy, new HVAC filters were installed, and building air was flushed out in accordance with UFC 1-200-02.

SECTION 01 33 29 Page 17

Page 381: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3. Refer to paragraph 3.02 for additional LEED requirements relative to construction IAQ.

1.7.7 Environmentally Preferred Products

Use products designated for Federal procurement to meet environmentally preferred requirements. Provide the following documentation:

Provide list of environmentally preferable products used on this project that meet the requirements of UFC 1-200-02.

1.7.8 Recycled Content

Provide materials on this project with aggregated total recycled content equal to or greater than 10 percent. In addition, comply with 40 CFR 247. Refer to EPA's Comprehensive Procurement Guideline web site at http://www3.epa.gov/epawaste/conserve/tools/cpg/ for assistance identifying products cited in 40 CFR 247. Provide the following documentation:

a. Total amount of recycled content contained in building materials as a percentage of total cost of all building materials on the project (mechanical, electrical, and plumbing components, fire protection equipment and transportation are excluded).

b. Manufacturers documents stating the recycled content by material, or written justification for claiming one of the exceptions allowed under RCRA 6002.

c. Substitutions: Contractor may submit for Government approval, proposed alternative products or systems that provide equivalent performance and appearance and have greater contribution to project recycled content requirements. For all such proposed substitutions, submit with the Sustainability Action Plan accompanied by product data demonstrating equivalence.

1.7.9 Bio-Based Products

Utilize products and material made from biobased materials to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. Use only supplies and materials of a type and quality that conform to applicable specifications and standards.

Biobased products that are designated for preferred procurement under the USDA BioPreferred Program must meet the required minimum biobased content. Refer to http://www.biopreferred.gov for the product categories and BioPreferred Catalog. Provide the following documentation:

a. For biobased products used on this project, provide biobased product content percentage and biobased source of material. Indicate name of the manufacturer, cost of each product and the use of each product on this project.

b. For products that meet USDA Biopreferred Program, provide documentation of USDA Biopreferred label.

SECTION 01 33 29 Page 18

Page 382: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.7.10 Waste Material Management (Recycling - Construction)

Divert construction debris from landfill disposal where markets or on-site recycling exists in accordance with Section 01 74 19 CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT. Provide the following documentation:

a. Documentation showing total amount of construction debris diverted from landfill as a percentage of all construction debris on the project.

b. Include project's Construction Waste Management Plan and all dumpster haul tickets.

1.7.11 Ozone Depleting Substances

The use of CFC-based refrigerants in HVAC&R systems is prohibited. Eliminate the use of ozone depleting substances (CFCs, HCFCs, or Halons) during and after construction where alternative environmentally preferable products are available, taking into account lifecycle impacts. Meet the requirements of ASHRAE 189.1 Section 9.3.3 Refrigerants for no CFC-based refrigerants in heating ventilation, air conditioning and refrigeration systems (except for fire suppression system requirements, covered elsewhere in this specification). Provide the following documentation:

a. MSDS sheets for all refrigerants provided.

b. Products that meet the criteria of U.S. EPA Significant New Alternatives Policy, available at http://www.epa.gov/ozone/snap/index.html.

1.7.12 Validation and Certification Restrictions

The Contractor's purchase of renewable energy certificates (RECs) specifically to meet project sustainability goals is prohibited.

PART 2 PRODUCTS

2.1 MATERIALS, GENERAL

a. Provide products and procedures necessary to obtain LEED credits required in this Section. Although other sections may specify some requirements that contribute to LEED credits, the Contractor shall determine additional materials and procedures necessary to obtain LEED credits indicated, such as MRc4 Recycled Content Materials and MRc5 Local/Regional Materials.

2.2 RECYCLED CONTENT OF MATERIALS

a. LEED Credit MR 4: Building materials shall have recycled content such that post-consumer recycled content plus one-half of pre-consumer recycled content for Project constitutes a minimum of 20 percent of the total cost of materials used for Project.

1. Cost of post-consumer recycled content plus one-half of pre-consumer recycled content of an item shall be determined by dividing weight of post-consumer recycled content plus one-half of pre-consumer recycled content in the item by total weight of the item and multiplying by cost of the item.

2. Do not include furniture, plumbing, mechanical and electrical

SECTION 01 33 29 Page 19

Page 383: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

components, and specialty items such as elevators and equipment in the calculation.

3. Include materials from DIVISIONS 3 through 10, 13 and portions of 31 and 32 (foundations, pavements, site improvements, and landscaping).

2.3 REGIONAL MATERIALS

a. LEED Credit MR 5: Not less than 20 percent of total building materials (by cost) shall be materials that are regionally manufactured and extracted or harvested within 500 miles of the project site. For the purpose of LEED, "point of manufacture" refers to place of final assembly of components into a product that is furnished and installed at the project by trade workers.

b. Materials that contribute to this credit must be both manufactured and extracted within 500 miles of the project site.

c. Do not include furniture, plumbing, mechanical and electrical components, and specialty items such as elevators and equipment in the calculation.

d. Include materials from Divisions 3 through 10, 13 and portions of 31 and 32 (foundations, pavements, site improvements, and landscaping).

2.4 CERTIFIED WOOD

a. LEED Credit MR 7: Not less than 50 percent (by cost) of all new, permanently installed wood-based materials used on the project shall be produced from wood obtained from forests certified by an FSC-accredited certification body to comply with FSC STD-01-001, "FSC Principles and Criteria for Forest Stewardship." Manufacturer of each wood material, product or assembly must hold chain of custody certification from an accredited FSC-certification body.

1. All new wood-based materials include, but are not limited to, the following materials when made from wood, engineered wood products, or wood-based panel products.

2. Rough carpentry.

3. Sheathing.

4. Architectural wood cabinetry substrates.

5. Portions of products made from lumber, plywood, or other virgin wood materials.

2.5 LOW-EMITTING MATERIALS

a. LEED Credit IEQ 4.1: For field applications that are inside the weatherproofing system, adhesives and sealants shall not exceed the following VOC content limits when calculated according to 40 CFR 59, Subpart D (EPA Method 24). Commonly used applications are listed below. For applications not listed, consult South Coast Air Quality Management District (SCAQMD) Rule 1168, in effective 7/1/2005 and rule amendment of 1/7/2005.

SECTION 01 33 29 Page 20

Page 384: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1. Wood Glues: 30 g/L.

2. Metal-to-Metal Adhesives: 30 g/L.

3. Adhesives for Porous Materials (Except Wood): 50 g/L.

4. Plastic Foam Adhesives: 50 g/L.

5. Ceramic Tile Adhesives: 65 g/L.

6. Carpet Adhesive: 50 g/L

7. Vinyl Tile Flooring Adhesive: 50 g/L.

8. Rubber Flooring Adhesive: 60 g/L.

9. Resilient Wall Base Adhesive: 50 g/L.

10. Multipurpose Construction Adhesives: 70 g/L.

11. Contact Adhesive: 80 g/L.

12. Special-Purpose Contact Adhesive (contact adhesive that is used to bond melamine-covered board, metal, unsupported vinyl, rubber, or wood veneer 1/16 inch or less in thickness to any surface): 250 g/L.

13. Top and Trim Adhesive: 250 g/L.

14. Plastic Cement Welding Compounds: 250 g/L.

15. ABS Welding Compounds: 325 g/L.

16. CPVC Welding Compounds: 490 g/L.

17. PVC Welding Compounds: 510 g/L.

18. Adhesive Primer for Plastic: 550 g/L.

19. Aerosol Adhesive, General-Purpose Mist Spray: 65 percent by weight.

20. Aerosol Adhesive, General-Purpose Web Spray: 55 percent by weight.

21. Special-Purpose Aerosol Adhesive (All Types): 70 percent by weight.

22. Other Adhesives: 250 g/L.

23. Architectural Sealants: 250 g/L.

24. Other Sealants: 420 g/L.

25. Sealant Primers for Nonporous Substrates: 250 g/L.

26. Sealant Primers for Porous Substrates: 775 g/L.

27. Other Sealant Primers: 750 g/L.

SECTION 01 33 29 Page 21

Page 385: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

b. LEED Credit IEQ 4.2: For field applications that are inside the weatherproofing system, paints and coatings shall not exceed the following VOC content limits when calculated according to 40 CFR 59, Subpart D (EPA Method 24). Commonly used applications are listed below. For applications not listed, consult South Coast Air Quality Management District (SCAQMD) Rule 1113, in effective 7/1/2004.

1. Flat Paints and Coatings: VOC not more than 50 g/L.

2. Non-flat Paints and Coatings: VOC not more than 150 g/L.

3. Dry-Fog Coatings: VOC not more than 400 g/L.

4. Primers, Sealers, and Undercoaters: VOC not more than 200 g/L.

5. Anticorrosive and Antirust Paints Applied to Ferrous Metals: VOC not more than 250 g/L.

6. Zinc-Rich Industrial Maintenance Primers: VOC not more than 340 g/L.

7. Pretreatment Wash Primers: VOC not more than 420 g/L.

8. Floor Coatings: VOC not more than 100 g/L.

c. LEED Credit IEQ 4.3: All flooring Systems shall meet the following requirements:

1. Ceramic tile flooring shall be certified as compliant with FloorScore standard by an independent 3rd party.

2. Floor finishes shall not exceed the VOC limits of South Coast Air Quality Management District (SCAQMD) Rule 1113, effective January 2004.

3. Tile setting adhesives and grout and flooring and resilient wall base adhesives shall not exceed the VOC limits of SCAQMD Rule 1168, effective July 1, 2005 and amendment of January 7, 2005.

4. Carpet and carpet tile shall meet the testing and product requirements of the Carpet and Rug Institute Green Label Plus program.

5. Hard surface flooring shall be certified as compliant with FloorScore standard by an independent 3rd party.

6. Resilient wall base shall be certified as compliant with FloorScore standard by an independent 3rd party.

d. LEED Credit IEQ 4.4: All composite wood, agrifiber products, and laminating adhesives installed in the project shall not contain added urea-formaldehyde resin.

2.6 REDUCED MERCURY LAMPS

a. LEED Innovation and Design Credit: Reduced Mercury Lamps:

1. Contractor shall complete the Reduced Mercury Lamp documentation spreadsheet provided by the A/E for lamps installed in the

SECTION 01 33 29 Page 22

Page 386: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

interior and on the exterior of the building, as well as on the project site, to document credit compliance.

2. Contractor shall provide lamps for the interior and exterior light fixtures that meet the following requirements:

(a) Lamps must comply with the maximum levels of mercury permitted in mercury-containing lamps purchased for the building and associated grounds. Performance metrics for lamps must be derived according to industry standards, based upon mercury content (mg/lamp), design light output (lumens) and manufacturer-rated lamp life (hours). Mercury values generated by toxicity characteristic leaching procedure (TCLP) tests cannot be used.

(b) The overall average of mercury content in lamps shall not exceed 80 picograms per lumen-hour or less.

(1) Lamps containing no mercury, such as LEDs, must be at least as energy efficiency as their mercury-containing counterparts.

(2) Screw-based, integral compact fluorescent lamps (CFLs) shall comply with the voluntary industry guidelines for maximum mercury content published by the National Electrical Manufacturers Association (NEMA).

(3) Screw-based, integral CFLs that do not comply with the NEMA guidelines must be included in the performance calculation.

3. The rated technical specifications for all lamp data shall conform to the following industry standard criteria:

(a) Life of lamps: 3 hours on for every 20 minutes off for fluorescents.

(b) 11 hours on for high-intensity discharge lamps.

(c) Light output of fluorescent lamp: Measured with an instant-start ballast having a ballast factor of 1.0 (exceptions: T-5 lamps are measured using program-start ballasts), as measured at 40 percent of lamp life.

(d) Mercury content of lamps: If the manufacturer or supplier documentation shows a range in milligrams, use the highest value in the range. Mercury content for each lamp is anticipated to fall between 0.5 and 300 milligrams.

PART 3 EXECUTION

3.1 LEED CREDIT MRc2--CONSTRUCTION WASTE MANAGEMENT

a. Credit MR 2: Comply with DIVISION 01, Section 01 74 19 "Construction and Demolition Waste Management" and the project’s approved Construction Waste Management Plan.

3.2 LEED CREDIT IEQc3--CONSTRUCTION INDOOR-AIR-QUALITY MANAGEMENT

a. Credit IEQ 3.1: Comply with SMACNA's "SMACNA IAQ Guideline for Occupied Buildings under Construction" and the project’s approved Construction IAQ Management Plan.

SECTION 01 33 29 Page 23

Page 387: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1. If Owner authorizes use of permanent heating, cooling, and ventilating systems during construction period, install filter media having a MERV 8 according to ASHRAE 52.2 at each return-air inlet for the air-handling system used during construction.

2. Replace all air filters immediately prior to occupancy.

b. Credit IEQ 3.2: Comply with one of the following requirements and the project’s approved Construction IAQ Management Plan.

1. After construction ends, prior to occupancy and with all interior finishes installed, perform a building flush-out by supplying a total volume of 14,000 cu. ft. of outdoor air per sq. ft. of floor area while maintaining an internal temperature of at least 60 degrees F and a relative humidity no higher than 60 percent percent.

2. If occupancy is desired prior to flush-out completion, the space may be occupied following delivery of a minimum of 3,500 cu. ft. of outdoor air per sq. ft. of floor area to the space. Once a space is occupied, it shall be ventilated at a minimum rate of 0.30 cfm per sq. ft. of outside air or the design minimum outside air rate determined in Prerequisite EQ 1, whichever is greater. During each day of the flush-out period, ventilation shall begin a minimum of three hours prior to occupancy and continue during occupancy. These conditions shall be maintained until a total of 14,000 cu. ft./sq. ft. of outside air has been delivered to the space.

3. Air-Quality Testing:

(a) Conduct baseline indoor-air-quality testing, after construction ends and prior to occupancy, using testing protocols consistent with the EPA's "Compendium of Methods for the Determination of Air Pollutants in Indoor Air," and as additionally detailed in the USGBC's "Green Building Design and Construction Reference Guide."

(b) Demonstrate that the contaminant maximum concentrations listed below are not exceeded:

(1) Formaldehyde: 27 ppb.

(2) Particulates (PM10): 50 micrograms/cu. m.

(3) Total Volatile Organic Compounds (TVOC): 500 micrograms/cu. m.

(4) 4 Phenylcyclohexene (4-PH): 6.5 micrograms/cu. m.

(5) Carbon Monoxide: 9 ppm and no greater than 2 ppm above outdoor levels.

(c) For each sampling point where the maximum concentration limits are exceeded, conduct additional flush-out with outside air and retest the specific parameter(s) exceeded to indicate the requirements are achieved. Repeat procedure until all requirements have been met. When retesting noncomplying building areas, take samples from same locations as in the first test.

SECTION 01 33 29 Page 24

Page 388: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

(d) Air-sample testing shall be conducted as follows:

(1) All measurements shall be conducted prior to occupancy but during normal occupied hours and with building ventilation system starting at the normal daily start time and operated at the minimum outside air flow rate for the occupied mode throughout the duration of the air testing.

(2) Building shall have all interior finishes installed including, but not limited to, millwork, doors, paint, carpet, and acoustic tiles. Non-fixed furnishings such as workstations and partitions are encouraged, but not required, to be in place for the testing.

(3) Number of sampling locations varies depending on the size of building and number of ventilation systems. For each portion of building served by a separate ventilation system, the number of sampling points shall not be less than one per 25,000 sq. ft. or for each contiguous floor area, whichever is larger, and shall include areas with the least ventilation and greatest presumed source strength.

(4) Air samples shall be collected between 3 and 6 feet from the floor to represent the breathing zone of occupants, and over a minimum four-hour period.

3.3 LEED CREDIT IEQc7.2--THERMAL COMFORT VERIFICATION

a. Credit EQ 7.2: Thermal Comfort Verification: The A/E has provided a plan and survey format for implementation by the Contractor of a Thermal Comfort Survey in accordance with the LEED Reference Guide requirements for LEED Credit EQC 7.2 Thermal Comfort Verification.

1. The Contractor shall implement an anonymous survey of building occupants within a period of six to eight months after occupancy. This survey shall collect anonymous responses from all regular building occupants about thermal comfort in the building including an assessment of overall satisfaction with thermal performance and identification of thermal comfort-related problems.

2. The Contractor may conduct the survey by paper, computer, phone or in person to all regular building occupants. The survey is designed to measure, at a minimum, occupant satisfaction with thermal environment on a seven-point scale from very satisfied (plus 3) to very dissatisfied (minus 3) with (0) a center neutral point. The survey asks respondents to identify their location by building exact location. The survey includes follow-up questions, if the respondent indicated dissatisfaction, to identify the nature and cause of the problem.

3. The survey includes diagnostic questions to identify the nature and location of any thermal environmental problems and suggests directions for corrective actions.

4. The Contractor shall implement the plan for corrective action developed by the A/E, if the survey results indicate that more than 20 percent of occupants are dissatisfied with any particular thermal comfort issue in the building. Corrective actions shall be performed during the warranty period.

SECTION 01 33 29 Page 25

Page 389: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

(a) A primary course of action may include making the necessary inspections to confirm that the HVAC systems and equipment have been completely installed, that the proper electrical connections have been made to the equipment, that the automatic controls are complete and operating, and that the building is completely closed in with windows, doors, etc.

(b) Secondary courses of action may include contacting the equipment manufacturer's representative to visit the site and inspect the equipment for any defects; consulting the Operations Manual with facility operators to ensure that they are operating the equipment properly; control adjustments (e.g., temperature setpoints, schedules, operating modes), diffuser airflow adjustments, and sun control. Resolution of performance failure is at the discretion of the Contractor.

(c) Short-term monitoring and spot measurements of environmental variables with temporary equipment should be done once problem areas have been identified through the occupant survey. If there is still significant dissatisfaction expressed with a specific element of thermal comfort, the third course of action may be to engage the A/E or the sub-consultant to help identify the problem and develop one or more solutions to address the issue.

(d) Documentation: Contractor shall provide a narrative describing the survey process, results, and a description of corrective actions taken and planned.

3.4 LEED ID CREDIT--REDUCED MERCURY LAMPS

a. Contractor shall complete the Reduced Mercury Lamp documentation spreadsheet provided by the A/E for lamps installed in the interior and on the exterior of the building to document credit compliance. Contractor shall submit manufacturer’s product cut sheet and technical data to support all values included in the spreadsheet for mercury content, design light output and manufacturer-rated lamp life.

3.5 SUSTAINABILITY COORDINATION

3.5.1 Coordinating Sustainability Documentation Progress

Provide sustainability focus and coordination at the following meetings to achieve sustainability goals. Contractor's designated LEED accredited sustainability professional responsible for GP and LEED documentation must participate in the following meetings to coordinate documentation completion.

a. Pre-Construction Conference: Discuss the following: LEED and HPSB Checklists, Sustainability Action Plan, Construction submittal requirements and schedule, individuals responsible for achieving each Guiding Principle Requirement and LEED prerequisite and credit.

b. Construction Progress Meetings: Review GP and LEED sustainability requirements with project team including contractor and sub-contractor representatives. Demonstrate GP and LEED documentation is being collected and updated to the Sustainability Notebook and LEED Online tool.

SECTION 01 33 29 Page 26

Page 390: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1. Facility Turnover Meetings: Review Sustainability Notebook, and LEED Online submission for completeness and identify any outstanding issues relating to final documentation requirements.

2. Final Sustainability Notebook Review.

3.6 SUSTAINABILITY AWARD

Finalize the sustainability certification process and obtain the LEED Certification Plaque and Certificates, indicating completion of the projects sustainability goals.

3.6.1 Third Party Certification Plaque and Certificates

a. Provide one original framed copy of the certificate, mounted in 1 inch deep metal frames, with double matt, and wire hangers, in location approved by Contracting Officer. Provide two (2) additional loose original certificates, and deliver to Contractor Officer, unless otherwise instructed.

b. Purchase the project's LEED Certification Plaque with mounting hardware after final LEED certification award and mount the plaque in a prominent interior location approved by the Contracting Officer. Plaques and hardware are available from Green Plaque (www.greenplaque.com). Provide one (1) 16 inch diameter by 3/4-inch thick Gray Back-Painted Ultra Clear Glass Plaque, or equal as selected by the Contracting Officer and one set of mounting brackets.

-- End of Section --

SECTION 01 33 29 Page 27

Page 391: Seymour Johnson AFB, North Carolina

7/28/2016 1

Air Force MILCON Sustainability Requirements Scoresheetversion LEED® 2009 (Updated September 2013) * required entry

General InformationVKAG013004R5 Project ID (e.g. ABCD12345)111111111111111111 Real Property Unique ID (RPUID)ATCT/Base Operations Complex Building NameNew Building Construction Project TypeSeymour Johnson AFB InstallationGoldsboro City *NC State *Yes CONUS *Air Combat Command MAJCOMCraig Harrell - Savannah CoE PM Name$16,500.00 PA ($k)37,340 Building Size (SF)2016 Program Year (FY####)Design Complete Project Phase2014 Design Started (FY####)9/17/2014 BOD (MM/DD/YY)In Progress Pursuing formal LEED® Certification

LEED® 2009 LEED® Rating System53 LEED® Points StatusSilver LEED® Certification Level Status19 LEED® Energy and Water Points Status100% HPSB Compliant22% Energy Efficiency Achieved (% below ANSI/ASHRAE/IESNA

Standard 90.1-2010)7/20/2016 Date Scoresheet Completed or Revised *2013_V0 Scoresheet version

Color Coding: See Instructions Tab for more detailRecommended (not required)Yes or N/A Maybe

LEED Prerequisite No* required entry

Federal Requirements for High Performance and Sustainable Buildings (HPSB) & UFC 1-200-02HPSB I: Employ Integrated Design Principles (UFC 1-200-02 para 2-2)Total Points 2 Possible Points 2

Yes HPSB I.1 Integrated Design 1 *Yes HPSB I.2 Commissioning 1 *

UFC 1-200-02 para 2-3. Promote Sustainable Location and Site DevelopmentTotal Points 1 Possible Points (HPSB only) 1

Yes UFC para 2-3.1 Site selection 1 *Yes UFC para 2-3.2 Mitigation of Heat Island Effect 1 *Yes UFC para 2-3.3 Reduction of Light Pollution 1 *Yes HPSB III.3-4 Stormwater Management 1 *

Federal Requirements

Complete

No Entry RequiredCustom Entry

Drop-Down Box

02/11/16

900Fees ($)

Registration Certification

Date Project Registered (MM/DD/YY)

Date Project Certified by GBCI (MM/DD/YY)

LEED Points Awarded by GBCI (e.g. 42)

LEED Certification Level Awarded by GBCI

LEED Energy and Water Points Awarded by GBCI

Page 392: Seymour Johnson AFB, North Carolina

7/28/2016 2

Air Force MILCON Sustainability Requirements Scoresheetversion LEED® 2009 (Updated September 2013) * required entry

HPSB II: Optimize Energy Performance (UFC 1-200-02 para 2-4)Total Points 4 Possible Points 4

Yes HPSB II.1 Energy Efficiency 1

YesReduce energy use 30% below ANSI/ASHRAE/IESNA Standard 90.1-2010 or if not - achieve maximum energy efficiency that is lifecycle cost effective

*

21.5% Insert percentage below ANSI/ASHRAE/IESNA Standard 90.1-2010 in terms of energy use (e.g. 32)

116.72 Insert building energy intensity (kBtu/yr-sqft) calculated IAW 10 CFR 433

Yes HPSB II.2 On-site Renewable Energy - Solar Hot Water Heater System 1

Yes Installed solar hot water heater system or found installation not lifecycle cost effective *

0.0 Insert generation capacity (MMBtu/yr)0.0% Insert percentage of demand

Yes HPSB II.3 On-site Renewable Energy 1

Yes Installed renewable energy elements or projects were not lifecycle cost effective *

0 Renewable energy types (check below) *

0.0 Insert generation capacity (kW)0.0% Insert percentage of total building

Yes HPSB II.4 Measurement and Verification 1Yes Water Metering: Select N/A if no service *Yes Electric Metering: Select N/A if no service *Yes Natural Gas Metering: Select N/A if no service *N/A Steam Metering: Select N/A if no service

HPSB III: Protect and Conserve Water (UFC 1-200-02 para 2-5) Total Points 3 Possible Points 3

Yes HPSB III.1 Indoor Water 1 *Yes HPSB III.2 Outdoor Water 1 *Yes HPSB III.4 Water used for heating and cooling 1

Yes Water efficient measures were implemented with heating and cooling equipment when life cycle effective *

HPSB IV: Enhance Indoor Environmental Quality (UFC 1-200-02 para 2-6)Total Points 6 Possible Points 6

Yes HPSB IV.1 Thermal Comfort 1 *Yes HPSB IV.2 Ventilation 1 *Yes HPSB IV.3 1 *Yes HPSB IV.4 Daylighting 1 *Yes HPSB IV.5 Low Emitting Materials 1 *Yes HPSB IV.6 Protect Indoor Air Quality during Construction 1 *Yes HPSB IV.7 Environmental Tobacco Smoke *

HPSB V: Reduce Environmental Impact of Materials (UFC 1-200-02 para 2-6)Total Points 6 Possible Points 6

Yes HPSB V.1 Recycled Content 1 *Yes HPSB V.2 Biologically-based Products 1 *Yes HPSB V.3 Environmentally Preferable Products 1 *Yes HPSB V.4 Waste and Materials Management - Recycling 1 *Yes HPSB V.5 Waste and Materials Management - Divert 50% from Disposal 1

75.0% Insert percentage diverted from landfill *Data element is not applicable *

Yes HPSB V.6 Ozone Depleting Substances 1 *HPSB Totals Possible Points 22

22 Federal Requirements - Yes or N/A0 Federal Requirements - Maybe0 Federal Requirements - No

100% Percentage of Federal Requirements Met

Moisture Control

Solar PV

Solar CP

Solar Thermal Electric

Geothermal

GSHP Wind

Hydro Waste to Energy

Renewables were not

Page 393: Seymour Johnson AFB, North Carolina

7/28/2016 3

Air Force MILCON Sustainability Requirements Scoresheetversion LEED® 2009 (Updated September 2013) * required entry

LEED® Credits and/or Prerequisites that meet HPSB/UFC RequirementsLEED® Credits and/or Prerequisites that align closely with HPSB/UFC RequirementsLEED® Credits that meet USAF Energy & Water Criteria (may depend on technologies & strategies)

Sustainable Sites Achievable Points 11 Sustainable Sites Possible Points 26

Yes Prereq 1 Construction Activity Pollution Prevention (HPSB GP3) RequiredYes Credit 1 1No Credit 2 5No Credit 3 1No Credit 4.1 6Yes Credit 4.2 1Yes Credit 4.3 3Yes Credit 4.4 2No Credit 5.1 1Yes Credit 5.2 1No Credit 6.1 1No Credit 6.2 1Yes Credit 7.1 Heat Island Effect - Non-Roof (UFC) 1Yes Credit 7.2 Heat Island Effect - Roof (UFC) 1Yes Credit 8 Light Pollution Reduction 1

Option 2 Select which LEED® Interior Lighting Option was usedWater EfficiencyAchievable Points 8 Possible Points 10

Yes Prereq 1 Required4 Credit 1 Water Efficient Landscaping (HPSB GP3) 2 to 4

2 Reduce Potable Water Use by 50% (HPSB GP3) 24 No Potable Use or Irrigation (HPSB GP3) 2

No Credit 2 24 Credit 3 Water Use Reduction (HPSB GP3) 2 to 4

2 30% Reduction (HPSB GP3) 23 35% Reduction (HPSB GP3) 14 40% Reduction (HPSB GP3) 1

Energy & AtmosphereAchievable Points 7 Possible Points 35

Yes Prereq 1 RequiredYes Prereq 2 Minimum Energy Performance (HPSB GP2) RequiredYes Prereq 3 Fundamental Refrigerant Management (HPSB GP5) Required

5 Credit 1 Optimize Energy Performance (HPSB GP2) 1 to 191 12% for New Buildings/8% for Existing Building Renovations 12 14% for New Buildings/10% for Existing Building Renovations 13 16% for New Buildings/12% for Existing Building Renovations 14 18% for New Buildings/14% for Existing Building Renovations 15 20% for New Buildings/16% for Existing Building Renovations 16 22% for New Buildings/18% for Existing Building Renovations 17 24% for New Buildings/20% for Existing Building Renovations 18 26% for New Buildings/22% for Existing Building Renovations 19 28% for New Buildings/24% for Existing Building Renovations 1

10 30% for New Buildings/26% for Existing Building Renovations 111 32% for New Buildings/28% for Existing Building Renovations 112 34% for New Buildings/30% for Existing Building Renovations 113 36% for New Buildings/32% for Existing Building Renovations 114 38% for New Buildings/34% for Existing Building Renovations 115 40% for New Buildings/36% for Existing Building Renovations 116 42% for New Buildings/38% for Existing Building Renovations 117 44% for New Buildings/40% for Existing Building Renovations 118 46% for New Buildings/42% for Existing Building Renovations 119 48%+ for New Buildings/44%+ for Existing Building Renovations 1

0 Credit 2 On-Site Renewable Energy (HPSB GP2) 1 to 71 On-site 1% 12 On-site 3% 13 On-site 5% 14 On-site 7% 15 On-site 9% 16 On-site 11% 17 On-site 13% 1

No Credit 3 2Yes Credit 4 2No Credit 5 3No Credit 6 2

Enhanced Commissioning (HPSB GP1)

Site SelectionDevelopment Density & Community Connectivity

Alternative Transportation - Public Transportation Access

Innovative Wastewater Technologies

Alternative Transportation - Bicycle Storage & Changing Rooms

Water Use Reduction - 20% Reduction (HPSB GP3)

Stormwater Design - Quantity Control (HPSB GP3)Stormwater Design - Quality Control (HPSB GP3)

Alternative Transportation - Low-Emitting & Fuel Efficient Vehicles

Enhanced Refrigerant Management (HPSB GP5)Measurement & Verification (HPSB GP2)Green Power

Site Development - Maximize Open Space

Alternative Transportation - Parking CapacitySite Development - Protect or Restore Habitat

LEED® 2009 Checklist

Fundamental Commissioning of the Building Energy Systems (HPSB GP1)

Brownfield Redevelopment

Page 394: Seymour Johnson AFB, North Carolina

7/28/2016 4

Air Force MILCON Sustainability Requirements Scoresheetversion LEED® 2009 (Updated September 2013) * required entry

Materials & ResourcesAchievable Points 7 Possible Points 14

Yes Prereq 1 Storage & Collection of Recyclables (HPSB GP5) Required0 Credit 1.1 Building Reuse - Maintain Existing Walls Floors & Roof 1 to 3

1 Maintain 55% of Existing Walls Floors & Roof 12 Maintain 75% of Existing Walls Floors & Roof 13 Maintain 95% of Existing Walls Floors & Roof 1

No Credit 1.2 12 Credit 2 Construction Waste Management (HPSB GP5) 1 to 2

1 50% Recycled or Salvaged 12 75% Recycled or Salvaged 1

0 Credit 3 Materials Reuse 1 to 21 5% of value of material reused content 12 10% of value of material reused content 1

2 Credit 4 1 to 21 10% of value of material recycled content 12 20% of value of material reused content 1

2 Credit 5 Regional Materials 1 to 21 10% Extracted, Processed & Manufactured 12 20% Extracted, Processed & Manufactured 1

No Credit 6 1Yes Credit 7 1

Indoor Environmental QualityAchievable Points 11 Possible Points 15

Yes Prereq 1 Minimum IAQ Performance (HPSB GP4) RequiredYes Prereq 2 Environmental Tobacco Smoke (ETS) Control (HPSB GP4) RequiredYes Credit 1 1No Credit 2 1Yes Credit 3.1 1Yes Credit 3.2 1Yes Credit 4.1 1Yes Credit 4.2 1Yes Credit 4.3 1Yes Credit 4.4 1Yes Credit 5 1Yes Credit 6.1 1No Credit 6.2 1Yes Credit 7.1 1Yes Credit 7.2 1No Credit 8.1 1No Credit 8.2 1

Innovation & Design ProcessAchievable Points 6 Possible Points 6

Yes Credit 1.1 Innovation in Design 1.1 1Water Select if ID 1.1 was for energy and/or water

Yes Credit 1.2 Innovation in Design 1.2 1Energy Select if ID 1.2 was for energy and/or water

Yes Credit 1.3 Innovation in Design 1.3 1Select if ID 1.3 was for energy and/or water

Yes Credit 1.4 Innovation in Design 1.4 1Select if ID 1.4 was for energy and/or water

Yes Credit 1.5 Innovation in Design 1.5 1Select if ID 1.5 was for energy and/or water

Yes Credit 2 LEED® Accredited Professional 1Regional Priority CreditsAchievable Points 3 Possible Points 4

No Credit 1.1 Regional Priority 1.1 1Energy Select if RP 1.1 was for energy and/or water

Yes Credit 1.2 Regional Priority 1.2 1Water Select if RP 1.2 was for energy and/or water

Yes Credit 1.3 Regional Priority 1.3 1Select if RP 1.3 was for energy and/or water

Yes Credit 1.4 Regional Priority 1.4 1Select if RP 1.4 was for energy and/or water

LEED Project Totals (pre-certification estimates) Possible Points 11053 Total LEED® Yes Points0 Total LEED® Maybe Points

17 Total LEED® No Points19 Total LEED® Energy and Water Related Points

Silver LEED® Certification Status

N/A LEED® Horizontal Benchmark Level Horizontal N/A

N/A LEED® Utility Benchmark Level Utilities N/A

N/A LEED® Industrial Benchmark Level Industrial N/A

LEED®: Certified: 40-49 points, Silver: 50-59 points, Gold: 60-79 points, Platinum: 80-110

Outside Air Delivery Monitoring

Low Emitting Materials, Flooring Systems (HPSB GP4)Low Emitting Materials, Composite Wood & Agrifiber Products (HPSB GP4)

Construction IAQ Management Plan, During Construction (HPSB GP4)Construction IAQ Management Plan, Before Occupancy (HPSB GP4)Low Emitting Materials, Adhesives & Sealants (HPSB GP4)Low Emitting Materials, Paints & Coatings (HPSB GP4)

Increased Ventilation

Daylight & Views - Views for 90% of Spaces

Controllability of Systems, Thermal ComfortThermal Comfort, Design (HPSB GP4)

Indoor Chemical & Pollutant Source ControlControllability of Systems, Lighting (HPSB GP4)

Thermal Comfort, VerificationDaylight & Views - Daylight 75% of Spaces (HPSB GP4)

Certified Wood (HPSB GP5)Rapidly Renewable Materials (HPSB GP5)

Recycled Content (HPSB GP5)

Building Reuse - Maintain 50% of Interior Non-Structural Elements

Page 395: Seymour Johnson AFB, North Carolina

5

EO 13423 High Performance Sustainable Building Guidance (Dec 08)LEED(R) for New Construction & Major Renovations 2009 - Nov 2008

HPSB I: Employ Integrated Design PrinciplesIntegrated DesignHPSB I.1UFC 1-200-02 para 2-2.1

Use a collaborative, integrated planning and design team, composed of user, government support staff, and appropriate professionals, to identify requirements and to establish performance goals for siting, energy, water, materials, indoor environmental quality, and other comprehensive design goals. Ensure incorporation of these goals throughout the design and lifecycle of the building, including deconstruction.Site attributes, including climate and local and regional context, impact the design of the building. Evaluate the site and building components to determine whether passive and natural design strategies and features are cost effectively incorporated before the active and mechanical systems are designed.

Use the following sequential approach:• Analyze potential sites and associated climate including local and regional context.• Select a sustainable site.• Design building to site analysis focusing on orientation, configuration and massing.• Select and integrate into the design, high performance and sustainable building envelope strategies and components (e.g. roofs, walls, fenestrations).• Select, design and integrate into the overall design, high performance and sustainable systems (e.g. HVAC, plumbing, water heating systems, lighting systems, control systems, elevators, and fire protection systems).

Incorporate integrated design as described in ASHRAE 189.1 Informative Appendix H (Integrated Design). Follow the steps of design optimization, as applicable, in ASHRAE 189.1 Section H1.1.1 (Charrette Process).

Requirement Source Document(s) Executive Order 13423 and 13514

LEED Credit(s) aligns closely with HPSB:

None

LEED Credit(s) meet HPSB: None

CommissioningHPSB I.2UFC 1-200-02 para 2-2.2

Employ commissioning practices appropriate to the size and complexity of the building and its system components in order to verify performance and ensure that design requirements are met. This must include an experienced commissioning provider. The use of contracted services or Government personnel as the commissioning provider will be determined at project level.

Meet the requirements of ASHRAE 189.1 Section 10.3.1.2 (Building Project Commissioning), with the following modifications:• For buildings and systems that are less complex, commissioning can be tailored as determined by the DoD Component AHJ . For Air Force projects, the Project Delivery Team must determine the level of commissioning activities required.• “Schematic design” is the design charrette or similar conceptual design activity.• Delete the requirement to meet ASHRAE 55 Section 6.2 (Documentation).

Requirement Source Document(s) Executive Order 13423 and 13514

LEED Credit(s) aligns closely with HPSB:

LEED EA Prerequisite 1: Fundamental Commissioning of Building Energy SystemsLEED EA Credit 3: Enhanced Commissioning

LEED Credit(s) meet HPSB: None

High Performance Sustainable Building Requirements, UFC 1-200-02, and LEED® 2009 References

References

LEED® Credits and/or Prerequisites that meet Federal High Performance Sustainable Buildings (HPSB) RequirementsThese credits and/or prerequisites have the same requirements as the associated HPSB Guiding Principle. This does not guarantee achieving the LEED Credit, as some documentation methods may vary.

For more information on LEED® Credits that meet or align closely with federal requirements as well as other credits a building can pursue towards the Silver certification level, review the LEED® New Construction and Major Renovations 2009 Rating SystemColor Code

LEED® Credits and/or Prerequisites that align closely with Federal High Performance Sustainable Buildings (HPSB) RequirementsThese credits and/or prerequisites align closely with the associated HPSB Guiding Principle. They could be either more or less stringent or have different measurement metrics. In the case where one is more stringent than the other, achieving the more stringent one does not imply the less stringent is achieved.

Page 396: Seymour Johnson AFB, North Carolina

6

High Performance Sustainable Building Requirements, UFC 1-200-02, and LEED® 2009 References

UFC 1-200-02, 2-3. Promote Sustainable Location and Site Development

Site selectionUFC 1-200-02 para 2-3.1

Meet the requirements in UFC 2-100-01 and UFC 3-101-01.

During the site selection process, give preference to sites which posses the following characteristics when appropriate:• Adaptive reuse or renovation of buildings or sites (including historic buildings), or use of previously disturbed/developed areas• Building orientation to maximize energy efficiency, passive solar and daylighting potential of the building• Locations in central business districts (cantonment areas) and rural town centers (remote locations)• Sites well served by public or other transit if available or projected to be available• Site design elements that ensure safe and convenient pedestrian access• Proximity to housing• Avoiding development of sensitive land resources (including greenfields and USDA Prime Farmland as defined in 7 USC 4201)• Consult with local Cultural Resource Manager to identify potential impacts to existing historic buildings, districts, or view sheds• Parking management strategies to encourage co-use of shared parking

Requirement Source Document(s) UFC 1-200-02 para 2-3.1

LEED Credit(s) aligns closely with HPSB:

LEED SS Credits 1 -5 (Site Selection, Development Density and Community Connectivity, Brownfield Redevelopment, Alternative Transportation, Site Development)

LEED Credit(s) meet HPSB: None

Mitigation of Heat Island EffectUFC 1-200-02 para 2-3.2

• For Site Hardscapes – Meet the requirements in ASHRAE 189.1 Section 5.3.2.1 (Site Hardscape) for sidewalks, courtyards and POV parking areas. For all other site hardscapes, implement to the maximum extent practical. The use of Section 5.3.2.1(e) is not allowed.• For Walls – Meet the requirements in ASHRAE 189.1 Section 5.3.2.2 (Walls).• For Roofs – Meet the requirements in UFC 3-110-03.

Requirement Source Document(s) UFC 1-200-02 para 2-3.2

LEED Credit(s) aligns closely with HPSB:

LEED SS – Credits 7.1 and 7.2: Heat Island Effect Roof and Non-Roof

LEED Credit(s) meet HPSB: None

Reduction of Light PollutionUFC 1-200-02 para 2-3.3

Meet the requirements of UFC 3-530-01.

Requirement Source Document(s) UFC 3-530-01LEED Credit(s) aligns closely with

HPSB:None

LEED Credit(s) meet HPSB: LEED SS - Credit 8: Light Pollution Reduction

Stormwater ManagementHPSB III.3-4UFC 1-200-02 para 2-3.4

Meet the requirements of UFC 3-210-10.

Employ design and construction strategies that reduce storm water runoff and discharges of polluted water offsite. Per EISA Section 438, to the maximum extent technically feasible, maintain or restore the predevelopment hydrology of the site with regard to temperature, rate, volume, and duration of flow using site planning, design, construction, and maintenance strategies. This question includes both construction storm water discharge controls and stormwater design.

Requirement Source Document(s): EISA 2007 Sec 438

LEED Credit(s) aligns closely with HPSB:

LEED SS Credit 6.1: Stormwater Design - Quantity ControlLEED SS Credit 6.2: Stormwater Design - Quality Control

LEED Credit(s) meet HPSB: LEED SS Prerequisite 1: Construction Activity Pollution Prevention

Page 397: Seymour Johnson AFB, North Carolina

7

High Performance Sustainable Building Requirements, UFC 1-200-02, and LEED® 2009 References

HPSB II: Optimize Energy Performance (UFC 1-200-02, 2.4)

Energy EfficiencyHPSB II.1UFC 1-200-02 para 2-4.1

Design the building to achieve at least 30% energy consumption reduction from ASHRAE 90.1 (2007) baseline or 12% energy consumption reduction from ASHRAE 90.1 (2010) baseline. For Navy and Air Force projects, use ASHRAE 90.1 (2007) baseline, except for the performance rating formula in G1.2, which should be used as follows (from 10 CFR 433.5):

Percentage improvement = 100 x (Baseline building consumption—Proposed building consumption) ÷(Baseline building consumption—Receptacle and process loads).

This differs from the LEED calculation. Note: The Scoresheet assumes that any project with a design date after 2013 will be based on ASHRAE 90.1 (2010).

Design Federal low-rise residential buildings to achieve at least 30% energy consumption reduction from International Energy Conservation Code (IECC) baseline.

If a 30% reduction is not life-cycle cost-effective, the design of the proposed building must be modified so as to achieve an energy consumption level at or better than the maximum level of energy efficiency that is life-cycle cost-effective.

Requirement Source Document(s) 10 CFR 433, EPAct 05

LEED Credit(s) aligns closely with HPSB:

LEED EA Prerequisite 2: Minimum Energy Performance LEED EA Credit 1: Optimize Energy Performance

LEED Credit(s) meet HPSB: None

On-site Renewable Energy - Solar Hot Water Heater SystemHPSB II.3UFC 1-200-02 para 2-4.2

Per the Energy Independence and Security Act (EISA) Section 523, meet at least 30% of the hot water demand through the installation of solar hot water heaters, when lifecycle cost effective.

Requirement Source Document(s): EISA Sec. 523

LEED Credit(s) aligns closely with HPSB:

LEED EA Credit 2: On-Site Renewable Energy

LEED Credit(s) meet HPSB: None

On-site Renewable EnergyHPSB II.4UFC 1-200-02 para 2-4.2

Provide on-site renewable energy systems in accordance with ASHRAE 189.1 Section 7.4.1.1 (On-Site Renewable Energy Systems) where life-cycle cost effective considering climate, infrastructure condition, mission compatibility, and effects on base wide electrical system (grid) power quality. Exception: Purchase of renewable energy certificates (RECs) must not be used as a substitute for the Section 7.4.1.1 new building requirement.

When renewable systems are provided, comply with IEEE 1547 for renewable systems interface to the electrical system grid. Note: The IEEE 1547 Series of Interconnection Standards are available from IEEE (http://grouper.ieee.org/groups/scc21/dr_shared/) as design guides for IEEE 1547 implementation.

Designs must include the following requirements in order to limit the risk to energy security:a. Direct interconnection of system to installation-wide electrical system (grid):• For renewable systems that include a tie-in by a direct connection to the primary distribution system, provide a cumulative renewable load analysis of both the direct connection and building renewable power systems.• Evaluate the proposed systems and verify there are no adverse effects on the installation-wide electrical system frequency control, voltage regulation and power quality. See Appendix B for issues that should be considered.b. Direct interconnection of system to buildings that utilize engine generators that may operate in parallel with the renewable energy generation:• Evaluate the proposed systems and verify there are no adverse effects on the generator’s ability to maintain frequency control, voltage regulation and power quality. See Appendix B for issues that should be considered.• If the stability of the combined systems cannot be confirmed, then design system to automatically disconnect renewable power generation when the backup generator is in operation.c. Direct interconnection of system to buildings that either do not utilize engine generators or have backup power systems that would never operate in parallel with the renewable energy generation, such as a backup generator supplying power via an automatic transfer switch:• Provide analysis validating that electrical system design address the electrical characteristics (real and reactive power output) of the renewable system.

Requirement Source Document(s): Executive Order 13423 and 13514

LEED Credit(s) aligns closely with HPSB:

LEED EA Credit 2: On-Site Renewable Energy

LEED Credit(s) meet HPSB: None

Page 398: Seymour Johnson AFB, North Carolina

8

High Performance Sustainable Building Requirements, UFC 1-200-02, and LEED® 2009 References

Measurement and VerificationHPSB II.5UFC 1-200-02 para 2-4.4 and 2-5.4

A utility meter must be installed at each building, for each utility serving the building (e.g. district steam, district hot and chilled water, electricity, natural gas, fuel oil, etc.) in the normal units of the measure (i.e. kWh, kW, cf, gallons, etc.). Meters must be connected to a base wide energy and utility monitoring and control system using the installation’s advanced metering protocols. The installation of meters is required per DODI 4170.11, Installation Energy Management.

Implement submetering when authorized in writing by the Installation. Utilize ASHRAE 189.1 Section 7.3.3 (Energy Consumption Management) as guide for subsystem implementation.

Install water meters to monitor use in buildings consuming indoor and outdoor water as required by DODI 4170.11.The installation of separate water meters for locations with outdoor water use is encouraged.

Requirement Source Document(s): EPAct 2005 Section 103, EISA 2007 Section 434

Links Energy Policy Act of 2005

LEED Credit(s) aligns closely with HPSB:

LEED EA Credit 5: Measurement and Verification

LEED Credit(s) meet HPSB: None

HPSB III: Protect and Conserve WaterIndoor WaterHPSB III.1UFC 1-200-02 para 2-5.1

Meet the requirements of ASHRAE 189.1 Section 6.3.2.1 (Plumbing Fixtures and Fittings). Water closet replacements in major renovations may have a flush value of up to 1.6 GPF (6.1 LPF) to accommodate existing plumbing capacity.

Specify EPA WaterSense-labeled products, where appropriate and available.

Meet the requirements of ASHRAE 189.1 Section 6.3.2.2 (Appliances).Requirement Source Document(s): EPAct 1992

LEED Credit(s) aligns closely with HPSB:

LEED WE Credit 3: Water Use Reduction - Reduce by 30% (3.1), 35% (3.2), 40% (3.3)

LEED Credit(s) meet HPSB: LEED WE Prerequisite 1: Water Use Reduction - 20% Reduction

Outdoor WaterHPSB III.2UFC 1-200-02 para 2-5.2

Use water efficient landscape and irrigation strategies, such as water reuse, xeriscaping and the use of harvested rainwater, to reduce outdoor potable water consumption by a minimum of 50%. This requirement must be demonstrated by comparison to a baseline building using the EPA WaterSense landscape water budget tool version 1.01 or later, or a Component approved tool.

Meet the requirements of UFC 3-201-02 and the following requirements of ASHRAE 189.1 when life cycle cost effective: Section 6.3.1 (Mandatory Provisions: Site Water Use Reduction) and either Section 6.4.1 (Prescriptive Option: Site Water Use Reduction) or Section 6.5.1 (Performance Option: Site Water Use Reduction).

Show preference for irrigation contractors who are certified through a WaterSense labeled program.

Requirement Source Document(s): Executive Order 13423 and 13514

LEED Credit(s) aligns closely with HPSB:

LEED WE Credit 1.2: Water Efficient Landscaping - No Potable Water Use or Irrigation

LEED Credit(s) meet HPSB: LEED WE Credit 1.1: Water Efficient Landscaping - Reduce by 50%

Water Used for Heating and CoolingHPSB III.4UFC 1-200-02 para 2-5.3

Meet the requirements of the following sections of ASHRAE 189.1 when life cycle cost effective.• Meet the requirements of Sections 6.3.2.3(a) and (b) (HVAC Systems and Equipment). • Section 6.3.2.3(c) (HVAC Systems and Equipment). Condensate collection is not required if there is no practical use for the collected condensate.• Section 6.4.2.1 (Cooling Towers).

Per EPAct 2005 Section 109, when potable water is used to improve a building’s energy efficiency, implement lifecycle cost effective water conservation measures.

Requirement Source Document(s): EPAct 2005, Sec. 109

LEED Credit(s) aligns closely with HPSB:

None

LEED Credit(s) meet HPSB: None

Page 399: Seymour Johnson AFB, North Carolina

9

High Performance Sustainable Building Requirements, UFC 1-200-02, and LEED® 2009 References

HPSB IV: Enhance Indoor Environmental Quality (UFC 1-200-02, 2-6)

Thermal ComfortHPSB IV.1UFC 1-200-02 para 2-6.1

Meet the requirements of ASHRAE 189.1 Section 8.3.2 (Thermal Environmental Conditions for Human Occupancy). Documentation as described in ASHRAE 55 Section 6.2 is not required. Compliance with standards by providing passive (non-mechanical) thermal comfort methods are allowed and encouraged as described in paragraph 2-2.1 in the UFC.

Requirement Source Document(s): Executive Order 13423 and 13514

LEED Credit(s) aligns closely with HPSB:

None

LEED Credit(s) meet HPSB: LEED EQ Credit 7: Thermal Comfort - Design

VentilationHPSB IV.2UFC 1-200-02 para 2-6.1

Meet the requirements of ASHRAE 189.1 Section 8.3.1 (Indoor Air Quality).

Requirement Source Document(s): Executive Order 13423 and 13514

LEED Credit(s) aligns closely with HPSB:

None

LEED Credit(s) meet HPSB: LEED EQ Prerequisite 1: Minimum Indoor Air Quality Performance

Moisture ControlHPSB IV.3UFC 1-200-02 para 2-6.2

Establish and implement a moisture control strategy for controlling moisture flows and condensation to prevent building damage, minimize mold contamination, and reduce health risks related to moisture. Meet the requirements of ASHRAE 189.1 Section 10.3.1.5 (Moisture Control) and UFC 3-101-01 Chapter 3, Building Envelope Requirements.

Requirement Source Document(s): Executive Order 13423 and 13514

LEED Credit(s) aligns closely with HPSB:

None

LEED Credit(s) meet HPSB: None

DaylightingHPSB IV.4UFC 1-200-02 para 2-6.3

Meet the requirements of ASHRAE 189.1 Section 8.4.1 (Daylighting by Sidelighting) or Section 8.5.1 (Daylighting Simulation). Provide automated lighting controls in accordance with UFC 3-530-01.

Requirement Source Document(s): Executive Order 13423 and 13514

LEED Credit(s) aligns closely with HPSB:

LEED EQ Credit 8.1: Daylight and Views - DaylightLEED EQ Credit 6.1: Controllability of Systems - Lighting

LEED Credit(s) meet HPSB: None

Low Emitting MaterialsHPSB IV.5UFC 1-200-02 para 2-6.4

Specify materials and products with low pollutant emissions, including composite wood products, adhesives, sealants, interior paints and finishes, carpet systems, and furnishings. Meeting the requirements of ASHRAE 189.1 Sections 8.4.2 (Prescriptive Option: Materials) or Section 8.5.2 (Performance Option: Materials) demonstrates compliance.

Requirement Source Document(s): Executive Order 13423 and 13514

LEED Credit(s) aligns closely with HPSB:

LEED EQ Credits 4.1-4.4: Low-Emitting Materials - Adhesives and Sealants (4.1), Paints and Coatings (4.2), Flooring Systems (4.3), and Composite Wood and Agrifiber Products (4.4)

LEED Credit(s) meet HPSB: None

Protect Indoor Air Quality during ConstructionHPSB IV.6UFC 1-200-02 para 2-6.5

Follow the recommended approach of SMACNA 008. After construction and prior to occupancy, conduct a minimum 72-hour flush-out with maximum outdoor air consistent with achieving relative humidity no greater than 60%. After occupancy, continue flush-out as necessary to minimize exposure to contaminants from new building materials. Meet the requirements of ASHRAE 189.1 Section 10.3.1.4 (Indoor Air Quality (IAQ) Construction Management).

Requirement Source Document(s): Executive Order 13423 and 13514

LEED Credit(s) aligns closely with HPSB:

LEED EQ Credit 3.1: Construction Indoor Air Quality Management Plan - During OccupancyLEED EQ Credit 3.2: Construction Indoor Air Quality Management Plan - Before Occupancy

LEED Credit(s) meet HPSB: None

Environmental Tobacco Smoke ControlHPSB IV.7UFC 1-200-02 para 4-6.6

Prohibit smoking within the building and within 25 feet (7.62 meters) of all building entrances, operable windows, and building ventilation intakes.

Requirement Source Document(s): Federal Register: December 22, 2008 (Volume 73, Number 246) - EO 13058

LEED Credit(s) aligns closely with HPSB:

None

LEED Credit(s) meet HPSB: LEED EQ Prerequisite 2: Environmental Tobacco Smoke (ETS) Control

Page 400: Seymour Johnson AFB, North Carolina

10

High Performance Sustainable Building Requirements, UFC 1-200-02, and LEED® 2009 References

HPSB V: Reduce Environmental Impact of Materials (UFC 1-200-02, 2-7)

Recycled ContentHPSB V.1UFC 1-200-02 para 2-7.2

Meet the requirements of ASHRAE 189.1 Section 9.4.1.1 (Recycled Content) when products are available.

Per RCRA Section 6002, for EPA-designated products, specify products meeting or exceeding EPA's recycled content recommendations. For other products, specify materials with recycled content when practicable. EPA’s recycled content product designations and recycled content recommendations are available on EPA’s Comprehensive Procurement Guideline web site at http://www.epa.gov/epawaste/conserve/tools/cpg/index.htm. Requirements will be met when products are available.

Requirement Source Document(s): RCRA 2002, Sec 6002

LEED Credit(s) aligns closely with HPSB:

LEED MR Credit 4.1-4.2: Recycled Content - 10% of Content (4.1), 20% of Content (4.2)

LEED Credit(s) meet HPSB: None

Biologically-based ProductsHPSB V.2UFC 1-200-02 para 2-7.3

Per Section 9002 of the Farm Security and Rural Investment Act, specify products composed of the highest percentage of biobased content consistent with the USDA BioPreferred Program, if products meet performance requirements and are available at a reasonable cost. USDA’s biobased product designations and biobased content recommendations are available on USDA’s BioPreferred web site at http://www.biopreferred.gov/.

Requirement Source Document(s): FSRIA 2002 Section 9002

LEED Credit(s) aligns closely with HPSB:

LEED MR Credit 6: Rapidly Renewable MaterialsLEED MR Credit 7: Certified Wood

LEED Credit(s) meet HPSB: None

Environmentally Preferable ProductsHPSB V.3UFC 1-200-02 para 2-7.1

Use products that have a lesser or reduced effect on human health and the environment. Consider product life-cycle when compared with competing products or services serving the same purpose. A number of standard and eco-labels are available in the marketplace to assist specifiers in making environmentally preferable decisions. Electronic devices, products and appliances purchased should be EPEAT certified. For a list of products and recommendations designated for Federal procurement, consult the Green Products Compilation at http://www.gsa.gov/greenproductscompilation and the Federal Green Construction Guide for Specifiers.

Requirement Source Document(s): Executive Order 13423 and 13514

LEED Credit(s) aligns closely with HPSB:

None

LEED Credit(s) meet HPSB: None

Waste and Materials Management - RecyclingHPSB V.4UFC 1-200-02 para 2-7.4

Meet the requirements of ASHRAE 189.1 Section 9.3.4.1 (Storage and Collection of Recyclables – Recyclables), where markets or onsite recycling opportunities exist or are anticipated.Incorporate adequate space, equipment, and transport accommodations for recycling in the building design. During a project's planning stage, identify local recycling and salvage operations that could process site-related construction and demolition materials. Provide salvage, reuse and recycling services for waste generated from major renovations, where markets or onsite recycling opportunities exist.

Requirement Source Document(s): Executive Order 13423 and 13514

LEED Credit(s) aligns closely with HPSB:

None

LEED Credit(s) meet HPSB: LEED MR Prerequisite 1: Storage and Collection of Recyclables

Waste and Materials Management, Divert 50% from DisposalHPSB V.5UFC 1-200-02 para 2-7.4

Meet the requirements of ASHRAE 189.1 Section 9.3.1.1 (Construction Waste Management-Diversion) , where markets or onsite recycling opportunities exist or are anticipated.

During a project's planning stage, identify local recycling and salvage operations that could process site-related construction and demolition materials. Provide salvage, reuse and recycling services for waste generated from major renovations, where markets or onsite recycling opportunities exist. During construction, recycle or salvage at least 50 percent of the non-hazardous construction, demolition and land clearing materials, excluding soil, where markets or onsite recycling opportunities exist.

Requirement Source Document(s): Executive Order 13423 and 13514

LEED Credit(s) aligns closely with HPSB:

None

LEED Credit(s) meet HPSB: LEED MR Credit 2.1: Construction Waste Management

Ozone Depleting SubstancesHPSB V.6UFC 1-200-02 para 2-7.5

Meet the requirements of ASHRAE 189.1 Section 9.3.3 (Refrigerants). Exceptions: Refer to UFC 3-600-01 for fire system requirements.

Requirement Source Document(s): Executive Order 13423 and 13514

LEED Credit(s) aligns closely with HPSB:

LEED EA Credit 4: Enhanced Refrigerant Management

LEED Credit(s) meet HPSB: LEED EA Prerequisite 3: Fundamental Refrigerant Management

Page 401: Seymour Johnson AFB, North Carolina

Green text

LEED® Credits and/or Prerequisites that align closely with Federal High Performance Sustainable Buildings (HPSB) RequirementsThese credits and/or prerequisites align closely with the associated HPSB Guiding Principle. They could be either more or less stringent or have different measurement metrics. In the case where one is more stringent than the other, achieving the more stringent one does not imply the less stringent is achieved.

Blue Text

LEED® Credits and/or Prerequisites that meet Federal High Performance Sustainable Buildings (HPSB) RequirementsThese credits and/or prerequisites have the same requirements as the associated HPSB Guiding Principle. This does not guarantee achieving the LEED Credit, as some documentation methods may vary.

Gray Text Recommended (Federal Requirement not fully defined at this time)Light Gray Cell Cell is populated by other cells. User is not required to enter values.

Cell provides a drop-down box for the user to select which LEED Credits and HPSB Requirements that the project is attempting. When a "Yes", "Maybe", or "No" is selected the cell follows the stoplight convention to visually represent progress. The stoplight convention is also used for "Yes", "Maybe" or "No" totals. Some light green boxes also have an option for "N/A" when used for subquestions

Cell uses a drop down box and user is designating "Yes" or "N/A" when applicableCell uses a drop down box and user is designating "Maybe"

Cell uses a drop down box and user is designating "No"

Dark Blue Cell, White Text

LEED® Credits that meet USAF Energy & Water Criteria (may depend on technologies & strategies). The DoD Sustainable Buildings Policy and AF Sustainable Design and Development Memorandum require a minimum of 20 energy and water credits for all projects seeking LEED certification. SS Credits 7.1-7.2, WE Credits 1.1 - 3, EA Credits 1-3 and Credits 5-6, IEQ Credit 1 and Credit 8.1 are always energy and water projects according to AF policy. SS Credit 8 is an energy and water credit if the project uses Option 1 for Indoor Lighting. Innovation and Design and Regional Priority Credits must be specified as energy and water projects for inclusion.

Light Yellow Cell

Cell is for custom entry on how the project is pursuing LEED Credits and HPSB requirements. These are subquestions and also general information questions. Boxes that appear when cell is selected give further instruction on entering data. Some cells restrict values that can be entered - which is explained if incorrectly entered

AF MILCON Sustainable Building Requirements Legend

Light Green Cell (When used, conditional formatting changes cell to Green, Yellow, or Red depending on entry)

Page 402: Seymour Johnson AFB, North Carolina

THIS PAGE INTENTIONALLY LEFT BLANK

Page 403: Seymour Johnson AFB, North Carolina

Federal Requirements for High Performance and Sustainable Buildings (HPSB) & UFC 1-200-02Instructions: Provide a common or project specific justification for an element to be non-applicable, when completed, the Scoresheet tab will allow an N/A response.Justification for Non-Applicable Answers Common Justification Project Specific Justification Complete?HPSB I: Employ Integrated Design Principles (UFC 1-200-02, 2-2)HPSB I.1 Integrated Design ApplicableHPSB I.2 Commissioning ApplicableUFC 1-200-02, 2-3. Promote Sustainable Location and Site DevelopmentUFC 2-3.1 Site selection ApplicableUFC 2-3.2 Mitigation of Heat Island Effect ApplicableUFC 2-3.3 Reduction of Light Pollution ApplicableHPSB III.3-4 Stormwater Management ApplicableHPSB II: Optimize Energy Performance (UFC 1-200-02, 2-4)HPSB II.1 Energy Efficiency ApplicableHPSB II.2 On-site Renewable Energy - Solar Hot Water Heater System ApplicableHPSB II.3 On-site Renewable Energy ApplicableHPSB II.4 Measurement and Verification

Water Metering: Select N/A if no service ApplicableElectric Metering: Select N/A if no service ApplicableNatural Gas Metering: Select N/A if no service Applicable

Steam Metering: Select N/A if no service NA Facility does not support this service or feature Yes

HPSB III: Protect and Conserve Water (UFC 1-200-02, 2-5) HPSB III.1 Indoor Water ApplicableHPSB III.2 Outdoor Water ApplicableHPSB III.4 Water used for heating and cooling ApplicableHPSB IV: Enhance Indoor Environmental Quality (UFC 1-200-02, 2-6)HPSB IV.1 Thermal Comfort ApplicableHPSB IV.2 Ventilation ApplicableHPSB IV.3 Moisture Control ApplicableHPSB IV.4 Daylighting ApplicableHPSB IV.5 Low Emitting Materials ApplicableHPSB IV.6 Protect Indoor Air Quality during Construction ApplicableHPSB V: Reduce Environmental Impact of Materials (UFC 1-200-02, 2-7)HPSB V.1 Recycled Content ApplicableHPSB V.2 Biologically based products ApplicableHPSB V.3 Environmentally Preferable Products ApplicableHPSB V.4 Waste and Materials Management - Recycling ApplicableHPSB V.5 Waste and Materials Management - Divert 50% from Disposal ApplicableHPSB V.6 Ozone Depleting Substances Applicable

Page 404: Seymour Johnson AFB, North Carolina

LEED-NC 2009 Checklist SJAFB -- ATCT/BASE OPERATIONS

100% Submittal Project Checklist 7/28/2016

Required of Contractor in Specifications

11 0 15 Possible Points: 26Y ? N d/C Notes:

Y C Prereq 1 Design BMPs per EPA General Permit; Contractor to implement.

1 d Credit 1 1 Site complies

5 d Credit 2 5 n/a

1 d Credit 3 Brownfield Redevelopment 1 n/a

6 d Credit 4.1 6 n/a

1 d Credit 4.2 1Project includes 2M + 2F + 1 unisex = 5 showers. Site accommodates 33 bikes total and 3M/1F showers for all potential peak users of Dining, Tracon and ATCT/BO.

3 d Credit 4.3 Alternative Transportation—Low-Emitting and Fuel-Efficient Vehicles 3

2 d Credit 4.4 2

1 C Credit 5.1 Site Development—Protect or Restore Habitat 1 Habitat is undesireable near airfield

1 d Credit 5.2 Site Development—Maximize Open Space 1Achievable. Centipede grass is an adapted species to the east and southeast U.S.

1 RP d Credit 6.1 Stormwater Design—Quantity Control 1 BMPs located on and off site--handled on base-wide basis.

1 d Credit 6.2 Stormwater Design—Quality Control 1 BMPs located on and off site--handled on base-wide basis.

1 C Credit 7.1 Heat Island Effect—Non-roof 1 Pavement within LEED Boundary is concrete (high SRI).

1 d Credit 7.2 1

Dark Bronze base standard. Government indicates a roofing with compliant SRI of 29, minimum, for 3:12 slope roof exists for Base Ops. ATCT will have high SRI membrane roof.

1 d Credit 8 Light Pollution Reduction 1 May use LEED v4 alternate compliance using BUG ratings.

8 0 2 Possible Points: 10Y ? N Notes:

Y d Prereq 1 20% reduction required.

4 d Credit 1 Water Efficient Landscaping 2 to 4 Project has no irrigation system. Water till establishment.

2 d Credit 2 Innovative Wastewater Technologies 2 Water reuse is not in scope of work.

4RP

d Credit 3 2 to 4

For 45%, use auto 0.35 GPM LAV, 1.5 SHW, 1.5 SK, 0.125 UR and 1.28 WC. SJAFB uses 70M/30F ratio. (USGBC Waiver for DOD is 80M/20F ratio for calc).

Sustainable Sites

Construction Activity Pollution Prevention

Site Selection

Development Density and Community Connectivity

Alternative Transportation—Bicycle Storage and Changing Rooms

Alternative Transportation—Public Transportation Access

Water Use Reduction

Heat Island Effect—Roof

Water Use Reduction—20% Reduction

Alternative Transportation—Parking Capacity

Water Efficiency

Located 5 carpool and 5 LEV/FEV spaces (for 5% parking capacity each) at existing lot nearest ATCT/BO (89 total spaces--project needed 120). Parking to the plan east is for government fleet vehicles and parking to immediate west is for selected ranking officials.

Page 405: Seymour Johnson AFB, North Carolina

LEED-NC 2009 Checklist SJAFB -- ATCT/BASE OPERATIONS

100% Submittal Project Checklist 7/28/2016

Required of Contractor in Specifications

7 2 26 Possible Points: 35Y ? N Notes:

Y C Prereq 1 Project Contractor will perform Fundamental Commissioning.

Y d Prereq 2 Meets ASHRAE 90.1-2007 10% reduction.

Y d Prereq 3 NO CFCs

5 2 12

RP

d Credit 1 1 to 19

Current energy model demonstrates 21.5% energy cost reduction for LEED (20.9% energy use reduction and EUI of 116.72), using: LED lighting with occupancy sensors and programmed timers; improved envelope over ASHRAE; energy recovery, efficient building systems.

7 RP d Credit 2 1 to 7 n/a

2 C Credit 3 2 CxA will be hired by Contractor, therefore credit is not achievable.

2 d Credit 4 2 Appears achieved based on calculated 87<100 refrigerant impact.

3 C Credit 5 3 DOD does not meet LEED M&V

2 C Credit 6 2 n/a

7 0 7 Possible Points: 14Y ? N Notes:

Y d Prereq 1 Identify recycle dumpster areas and if comingled is accepted. Collection containers are included in FFE and interior drawings.

3 C Credit 1.1 1 to 3 n/a

1 C Credit 1.2 Building Reuse—Maintain 50% of Interior Non-Structural Elements 1 n/a

2 RP C Credit 2 1 to 2 Require 75% of contractor in specifications.

2 C Credit 3 1 to 2 Cannot meet credit threshold

2 C Credit 4 1 to 2 Require 20% of contractor in specifications.

2 C Credit 5 1 to 2 Require 20% of contractor in specifications.

1 C Credit 6 Rapidly Renewable Materials 1 Cannot meet credit threshold

1 C Credit 7 1 Require 50%, minimum, of contractor in specifications.

11 0 4 Possible Points: 15Y ? N Notes:

Y d Prereq 1 Meets ASHRAE 62.1-2010

Y d Prereq 2 Signage is located at all entry doors. Government should locate "Dedicated Smoking Area" sign at existing outdoor smoking area.

1 d Credit 1 1 Using alternate compliance path for achievement.

1 d Credit 2 1 Will not achieve 30% increase in ventilation rate.

Measurement and Verification

Optimize Energy Performance (ASHRAE 90.1-2007)

Energy and Atmosphere

Fundamental Commissioning of Building Energy Systems

On-Site Renewable Energy

Storage and Collection of Recyclables

Enhanced Commissioning

Enhanced Refrigerant Management

Certified Wood

Minimum Indoor Air Quality Performance

Building Reuse—Maintain Existing Walls, Floors, and Roof

Materials Reuse

Recycled Content

Materials and Resources

Green Power

Construction Waste Management

Increased Ventilation

Environmental Tobacco Smoke (ETS) Control

Outdoor Air Delivery Monitoring

Indoor Environmental Quality

Fundamental Refrigerant Management

Minimum Energy Performance

Regional Materials

Page 406: Seymour Johnson AFB, North Carolina

LEED-NC 2009 Checklist SJAFB -- ATCT/BASE OPERATIONS

100% Submittal Project Checklist 7/28/2016

Required of Contractor in Specifications

1 C Credit 3.1 1 Require of contractor in specifications.

1 C Credit 3.2 1 Require of contractor in specifications.

1 C Credit 4.1 1 Require of contractor in specifications.

1 C Credit 4.2 1 Require of contractor in specifications.

1 C Credit 4.3 1 Require of contractor in specifications.

1 C Credit 4.4 1 Require of contractor in specifications.

1 d Credit 5 1Janitor closets have hard ceiling and door closers. 10' Walkoff mats are located at all 3 main entries. Direct exhaust janitor rooms and under negative pressure; MERV 13 filtration in AHUs.

1 d Credit 6.1 Controllability of Systems—Lighting 1On/off in offices (dimmers); multi-mode in conference/training; task lighting in all workstations.

1 d Credit 6.2 1 Need 1 control for every 2 people. Not cost-effective.

1 RP d Credit 7.1 1 Meets ASHRAE 55-2004

1 d Credit 7.2 Thermal Comfort—Verification 1 Require of contractor during warranty period.

1 d Credit 8.1 1 Will not achieve 75% due to building configuration

1 d Credit 8.2 1 Will not achieve 90% due to building configuration

6 0 0 Possible Points: 6Y ? N Notes:

1 d/C Credit 1.1 1Since LED lamps are specified, electrical needs to provide justification of improved efficiency over LED alternatives.

1 d/C Credit 1.2 1 Project achieves 45%

1 d/C Credit 1.3 1FFE specifications will require systems furniture and seating be GreenGuard certified, which complies with Guiding Principles.

1 d/C Credit 1.4 1 Require of contractor. Usually achievable1 d/C Credit 1.5 1 Require of contractor. Usually achievable

1 d/C Credit 2 1

3 0 1 Possible Points: 4Y ? N Notes:

1 d/C Credit 1.1 1 Not achieved

1 d/C Credit 1.2 1 Achievable

1 d/C Credit 1.3 1 Achievable

1 d/C Credit 1.4 1 Project achieves 45%

53 2 55 Possible Points: 110Certified 40 to 49 points Silver 50 to 59 points Gold 60 to 79 points Platinum 80 to 110

Low-Emitting Materials—Adhesives and Sealants

Low-Emitting Materials—Composite Wood and Agrifiber Products

LEED Accredited Professional

Low-Emitting Materials—Paints and Coatings

Low-Emitting Materials—Flooring Systems

Construction IAQ Management Plan—During Construction

Construction IAQ Management Plan—Before Occupancy

Regional Priority: WEc3--40%

Innovation and Design Process

Exemplary Performance: MR Credit 4 or 5 -- 30%Exemplary Performance: MR Credit 2 or 7-- 95%

Exemplary Performance: WEc3 -- 45%

Innovation in Design: Low-Emitting Furniture

Regional Priority: EAc1--28%

Regional Priority: IEQc7.1

Total

Indoor Chemical and Pollutant Source Control

Controllability of Systems—Thermal Comfort

Thermal Comfort—Design

Daylight and Views—Daylight

Daylight and Views—Views

Regional Priority Credits: 27531

Innovation in Design: Reduced Mercury Lamps

Alternate RP credits: SSc6.1 or EAc2-1pt.

Regional Priority: MRc2--50%

Page 407: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 35 26

GOVERNMENTAL SAFETY REQUIREMENTS

11/15

PART 1 GENERAL

1.1 REFERENCES 1.2 DEFINITIONS 1.2.1 Competent Person (CP) 1.2.2 Competent Person, Confined Space 1.2.3 Competent Person, Cranes and Rigging 1.2.4 Competent Person, Excavation/Trenching 1.2.5 Competent Person, Fall Protection 1.2.6 Competent Person, Scaffolding 1.2.7 Competent Person (CP) Trainer 1.2.8 High Risk Activities 1.2.9 High Visibility Accident 1.2.10 Load Handling Equipment (LHE) 1.2.11 Medical Treatment 1.2.12 Near Miss 1.2.13 Operating Envelope 1.2.14 Qualified Person (QP) 1.2.15 Qualified Person, Fall Protection (QP for FP) 1.2.16 Recordable Injuries or Illnesses 1.2.17 USACE Property and Equipment 1.2.18 Load Handling Equipment (LHE) Accident or Load Handling

Equipment Mishap 1.3 SUBMITTALS 1.4 MONTHLY EXPOSURE REPORTS 1.5 REGULATORY REQUIREMENTS 1.6 SITE QUALIFICATIONS, DUTIES, AND MEETINGS 1.6.1 Personnel Qualifications 1.6.1.1 Site Safety and Health Officer (SSHO) 1.6.1.2 Contractor Quality Control (QC) Manager: 1.6.1.3 Competent Person Qualifications 1.6.1.3.1 Competent Person for Confined Space Entry 1.6.1.3.2 Competent Person for Scaffolding 1.6.1.3.3 Competent Person for Fall Protection 1.6.1.4 Qualified Trainer Requirements 1.6.1.5 Crane Operators/Riggers 1.6.2 Personnel Duties 1.6.2.1 Duties of the Site Safety and Health Officer (SSHO) 1.6.3 Meetings 1.6.3.1 Preconstruction Conference 1.6.3.2 Safety Meetings 1.7 ACCIDENT PREVENTION PLAN (APP) 1.7.1 Names and Qualifications 1.7.2 Plans 1.7.2.1 Confined Space Entry Plan 1.7.2.2 Standard Lift Plan (SLP)

SECTION 01 35 26 Page 1

Page 408: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.7.2.3 Critical Lift Plan - Crane or Load Handling Equipment 1.7.2.4 Fall Protection and Prevention (FP&P) Plan 1.7.2.5 Rescue and Evacuation Plan 1.7.2.6 Hazardous Energy Control Program (HECP) 1.7.2.7 Excavation Plan 1.7.2.8 Site Demolition Plan 1.8 ACTIVITY HAZARD ANALYSIS (AHA) 1.8.1 AHA Management 1.8.2 AHA Signature Log 1.9 DISPLAY OF SAFETY INFORMATION 1.9.1 Safety Bulletin Board 1.9.2 Safety and Occupational Health (SOH) Deficiency Tracking System 1.10 SITE SAFETY REFERENCE MATERIALS 1.11 EMERGENCY MEDICAL TREATMENT 1.12 NOTIFICATIONS and REPORTS 1.12.1 Mishap Notification 1.12.2 Accident Reports 1.12.3 LHE Inspection Reports 1.12.4 Certificate of Compliance and Pre-lift Plan/Checklist for LHE

and Rigging 1.13 HOT WORK 1.13.1 Permit and Personnel Requirements 1.13.2 Work Around Flammable Materials 1.14 CONFINED SPACE ENTRY REQUIREMENTS. 1.14.1 Entry Procedures 1.14.2 Forced Air Ventilation 1.14.3 Sewer Wet Wells 1.14.4 Rescue Procedures and Coordination with Local Emergency

Responders 1.15 DIVE SAFETY REQUIREMENTS 1.16 SEVERE STORM PLAN

PART 2 PRODUCTS

PART 3 EXECUTION

3.1 CONSTRUCTION AND OTHER WORK 3.1.1 Worksite Communication 3.1.2 Hazardous Material Exclusions 3.1.3 Unforeseen Hazardous Material 3.2 PRE-OUTAGE COORDINATION MEETING 3.3 CONTROL OF HAZARDOUS ENERGY (LOCKOUT/TAGOUT) 3.4 FALL PROTECTION PROGRAM 3.4.1 Training 3.4.2 Fall Protection Equipment and Systems 3.4.2.1 Additional Personal Fall Protection 3.4.2.2 Personal Fall Protection Harnesses 3.4.3 Fall Protection for Roofing Work 3.4.4 Horizontal Lifelines (HLL) 3.4.5 Guardrails and Safety Nets 3.4.6 Rescue and Evacuation Plan and Procedures 3.5 WORK PLATFORMS 3.5.1 Scaffolding 3.5.2 Elevated Aerial Work Platforms (AWPs) 3.6 EQUIPMENT 3.6.1 Material Handling Equipment (MHE) 3.6.2 Load Handling Equipment (LHE) 3.6.3 Machinery and Mechanized Equipment

SECTION 01 35 26 Page 2

Page 409: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.6.4 USE OF EXPLOSIVES 3.7 EXCAVATIONS 3.7.1 Utility Locations 3.7.2 Utility Location Verification 3.7.3 Utilities Within and Under Concrete, Bituminous Asphalt, and

Other Impervious Surfaces 3.8 ELECTRICAL 3.8.1 Conduct of Electrical Work 3.8.2 Qualifications 3.8.3 Arc Flash 3.8.4 Grounding 3.8.5 Testing

-- End of Section Table of Contents --

SECTION 01 35 26 Page 3

Page 410: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 35 26

GOVERNMENTAL SAFETY REQUIREMENTS11/15

PART 1 GENERAL

1.1 REFERENCES

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

AMERICAN SOCIETY OF SAFETY ENGINEERS (ASSE/SAFE)

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

ASSE/SAFE A10.44 (2014) Control of Energy Sources (Lockout/Tagout) for Construction and Demolition Operations

ASSE/SAFE Z244.1 (2003; R 2014) Control of Hazardous Energy Lockout/Tagout and Alternative Methods

ASSE/SAFE Z359.0 (2012) Definitions and Nomenclature Used for Fall Protection and Fall Arrest

ASSE/SAFE Z359.1 (2007) Safety Requirements for Personal Fall Arrest Systems, Subsystems and Components

ASSE/SAFE Z359.11 (2014) Safety Requirements for Full Body Harnesses

ASSE/SAFE Z359.12 (2009) Connecting Components for Personal Fall Arrest Systems

ASSE/SAFE Z359.13 (2013) Personal Energy Absorbers and Energy Absorbing Lanyards

ASSE/SAFE Z359.14 (2014) Safety Requirements for Self-Retracting Devices for Personal Fall Arrest and Rescue Systems

ASSE/SAFE Z359.15 (2014) Safety Requirements for Single Anchor Lifelines and Fall Arresters for Personal Fall Arrest Systems

ASSE/SAFE Z359.2 (2007) Minimum Requirements for a Comprehensive Managed Fall Protection Program

ASSE/SAFE Z359.3 (2007) Safety Requirements for Positioning and Travel Restraint Systems

ASSE/SAFE Z359.4 (2013) Safety Requirements for

SECTION 01 35 26 Page 4

Page 411: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Assisted-Rescue and Self-Rescue Systems, Subsystems and Components

ASSE/SAFE Z359.6 (2009) Specifications and Design Requirements for Active Fall Protection Systems

ASSE/SAFE Z359.7 (2011) Qualification and Verification Testing of Fall Protection Products

ASME INTERNATIONAL (ASME)

ASME B30.20 (2013; INT Oct 2010 - May 2012) Below-the-Hook Lifting Devices

ASME B30.22 (2010) Articulating Boom Cranes

ASME B30.26 (2015; INT Jun 2010 - Jun 2014) Rigging Hardware

ASME B30.3 (2012) Tower Cranes

ASME B30.5 (2014) Mobile and Locomotive Cranes

ASME B30.8 (2010) Floating Cranes and Floating Derricks

ASME B30.9 (2014; INT Feb 2011 - Nov 2013) Slings

ASTM INTERNATIONAL (ASTM)

ASTM F855 (2015) Standard Specifications for Temporary Protective Grounds to Be Used on De-energized Electric Power Lines and Equipment

INSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS (IEEE)

IEEE 1048 (2003) Guide for Protective Grounding of Power Lines

IEEE C2 (2012; Errata 1 2012; INT 1-4 2012; Errata 2 2013; INT 5-7 2013; INT 8-10 2014; INT 11 2015) National Electrical Safety Code

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA)

NASA-STD 8719.12 (2011; Change 2) Safety Standard for Explosives, Propellants, and Pyrotechnics

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA)

NFPA 10 (2013) Standard for Portable Fire Extinguishers

NFPA 241 (2013; Errata 2015) Standard for Safeguarding Construction,Alteration, and Demolition Operations

SECTION 01 35 26 Page 5

Page 412: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

NFPA 51B (2014) Standard for Fire Prevention During Welding, Cutting, and Other Hot Work

NFPA 70 (2014; AMD 1 2013; Errata 1 2013; AMD 2 2013; Errata 2 2013; AMD 3 2014; Errata 3-4 2014; AMD 4-6 2014) National Electrical Code

NFPA 70E (2015; ERTA 1 2015) Standard for Electrical Safety in the Workplace

U.S. ARMY CORPS OF ENGINEERS (USACE)

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

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

29 CFR 1910 Occupational Safety and Health Standards

29 CFR 1910.146 Permit-required Confined Spaces

29 CFR 1910.147 Control of Hazardous Energy (Lock Out/Tag Out)

29 CFR 1910.333 Selection and Use of Work Practices

29 CFR 1915 Confined and Enclosed Spaces and Other Dangerous Atmospheres in Shipyard Employment

29 CFR 1915.89 Control of Hazardous Energy (Lockout/Tags-Plus)

29 CFR 1926 Safety and Health Regulations for Construction

29 CFR 1926.1400 Cranes and Derricks in Construction

29 CFR 1926.16 Rules of Construction

29 CFR 1926.450 Scaffolds

29 CFR 1926.500 Fall Protection

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

1.2 DEFINITIONS

1.2.1 Competent Person (CP)

The CP is a person designated in writing, who, through training, knowledge and experience, is capable of identifying, evaluating, and addressing existing and predictable hazards in the working environment or working conditions that are dangerous to personnel, and who has authorization to take prompt corrective measures with regards to such hazards.

SECTION 01 35 26 Page 6

Page 413: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.2.2 Competent Person, Confined Space

The CP, Confined Space, is a person meeting the competent person requirements as defined EM 385-1-1 Appendix Q, with thorough knowledge of OSHA’s Confined Space Standard, 29 CFR 1910.146, and designated in writing to be responsible for the immediate supervision, implementation and monitoring of the confined space program, who through training, knowledge and experience in confined space entry is capable of identifying, evaluating and addressing existing and potential confined space hazards and, who has the authority to take prompt corrective measures with regard to such hazards.

1.2.3 Competent Person, Cranes and Rigging

The CP, Cranes and Rigging, as defined in EM 385-1-1 Appendix Q, is a person meeting the competent person, who has been designated in writing to be responsible for the immediate supervision, implementation and monitoring of the Crane and Rigging Program, who through training, knowledge and experience in crane and rigging is capable of identifying, evaluating and addressing existing and potential hazards and, who has the authority to take prompt corrective measures with regard to such hazards.

1.2.4 Competent Person, Excavation/Trenching

A CP, Excavation/Trenching, is a person meeting the competent person requirements as defined in EM 385-1-1 Appendix Q and 29 CFR 1926, who has been designated in writing to be responsible for the immediate supervision, implementation and monitoring of the excavation/trenching program, who through training, knowledge and experience in excavation/trenching is capable of identifying, evaluating and addressing existing and potential hazards and, who has the authority to take prompt corrective measures with regard to such hazards.

1.2.5 Competent Person, Fall Protection

The CP, Fall Protection, is a person meeting the competent person requirements as defined in EM 385-1-1 Appendix Q and in accordance with ASSE/SAFE Z359.0, who has been designated in writing by the employer to be responsible for immediate supervising, implementing and monitoring of the fall protection program, who through training, knowledge and experience in fall protection and rescue systems and equipment, is capable of identifying, evaluating and addressing existing and potential fall hazards and, who has the authority to take prompt corrective measures with regard to such hazards.

1.2.6 Competent Person, Scaffolding

The CP, Scaffolding is a person meeting the competent person requirements in EM 385-1-1 Appendix Q, and designated in writing by the employer to be responsible for immediate supervising, implementing and monitoring of the scaffolding program. The CP for Scaffolding has enough training, knowledge and experience in scaffolding to correctly identify, evaluate and address existing and potential hazards and also has the authority to take prompt corrective measures with regard to these hazards. CP qualifications must be documented and include experience on the specific scaffolding systems/types being used, assessment of the base material that the scaffold will be erected upon, load calculations for materials and personnel, and erection and dismantling. The CP for scaffolding must have a documented, minimum of 8-hours of scaffold training to include training on the specific

SECTION 01 35 26 Page 7

Page 414: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

type of scaffold being used (e.g. mast-climbing, adjustable, tubular frame), in accordance with EM 385-1-1 Section 22.B.02.

1.2.7 Competent Person (CP) Trainer

A competent person trainer as defined in EM 385-1-1 Appendix Q, who is qualified in the material presented, and who possesses a working knowledge of applicable technical regulations, standards, equipment and systems related to the subject matter on which they are training Competent Persons. A competent person trainer must be familiar with the typical hazards and the equipment used in the industry they are instructing. The training provided by the competent person trainer must be appropriate to that specific industry. The competent person trainer must evaluate the knowledge and skills of the competent persons as part of the training process.

1.2.8 High Risk Activities

High Risk Activities are activities that involve work at heights, crane and rigging, excavations and trenching, scaffolding, electrical work, and confined space entry.

1.2.9 High Visibility Accident

A High Visibility Accident is any mishap which may generate publicity or high visibility.

1.2.10 Load Handling Equipment (LHE)

LHE is a term used to describe cranes, hoists and all other hoisting equipment (hoisting equipment means equipment, including crane, derricks, hoists and power operated equipment used with rigging to raise, lower or horizontally move a load).

1.2.11 Medical Treatment

Medical Treatment is 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.

1.2.12 Near Miss

A Near Miss is a mishap resulting in no personal injury and zero property damage, but given a shift in time or position, damage or injury may have occurred (e.g., a worker falls off a scaffold and is not injured; a crane swings around to move the load and narrowly misses a parked vehicle).

1.2.13 Operating Envelope

The Operating Envelope is the area surrounding any crane or load handling equipment. Inside this "envelope" is the crane, the operator, riggers and crane walkers, other personnel involved in the operation, rigging gear between the hook, the load, the crane's supporting structure (i.e. ground or rail), the load's rigging path, the lift and rigging procedure.

1.2.14 Qualified Person (QP)

The QP is a person designated in writing, who, by possession of a

SECTION 01 35 26 Page 8

Page 415: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

recognized degree, certificate, or professional standing, or extensive knowledge, training, and experience, has successfully demonstrated their ability to solve or resolve problems related to the subject matter, the work, or the project.

1.2.15 Qualified Person, Fall Protection (QP for FP)

A QP for FP is a person meeting the requirements of EM 385-1-1 Appendix Q, and ASSE/SAFE Z359.0, with a recognized degree or professional certificate and with extensive knowledge, training and experience in the fall protection and rescue field who is capable of designing, analyzing, and evaluating and specifying fall protection and rescue systems.

1.2.16 Recordable Injuries or Illnesses

Recordable Injuries or Illnesses are any work-related injury or illness that results in:

a. Death, regardless of the time between the injury and death, or the length of the illness;

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

c. Restricted work;

d. Transfer to another job;

e. Medical treatment beyond first aid;

f. Loss of consciousness; or

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

1.2.17 USACE Property and Equipment

Interpret "USACE" property and equipment specified in USACE EM 385-1-1 as Government property and equipment.

1.2.18 Load Handling Equipment (LHE) Accident or Load Handling Equipment Mishap

A LHE accident occurs when any one or more of the eight elements in the operating envelope fails to perform correctly during operation, including operation during maintenance or testing resulting in personnel injury or death; material or equipment damage; dropped load; derailment; two-blocking; overload; or collision, including unplanned contact between the load, crane, or other objects. A dropped load, derailment, two-blocking, overload and collision are considered accidents, even though no material damage or injury occurs. A component failure (e.g., motor burnout, gear tooth failure, bearing failure) is not considered an accident solely due to material or equipment damage unless the component failure results in damage to other components (e.g., dropped boom, dropped load, or roll over). Document any mishap that meets the criteria described in the Contractor Significant Incident Report (CSIR).

SECTION 01 35 26 Page 9

Page 416: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.3 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for Contractor Quality Control approval. Submittals with an "S" are for inclusion in the Sustainability Notebook, in conformance with Section 01 33 29 SUSTAINABILITY REPORTING. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Accident Prevention Plan (APP); G

SD-06 Test Reports

Monthly Exposure Reports

Notifications and Reports

Accident Reports; G

LHE Inspection Reports

SD-07 Certificates

Crane Operators/Riggers

Standard Lift Plan; G

Critical Lift Plan; G

Activity Hazard Analysis (AHA)

Confined Space Entry Permit

Hot Work Permit

Certificate of Compliance

1.4 MONTHLY EXPOSURE REPORTS

Provide a Monthly Exposure Report and attach to the monthly billing request. This report is a compilation of employee-hours worked each month for all site workers, both Prime and subcontractor. Failure to submit the report may result in retention of up to 10 percent of the voucher.

1.5 REGULATORY REQUIREMENTS

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

SECTION 01 35 26 Page 10

Page 417: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.6 SITE QUALIFICATIONS, DUTIES, AND MEETINGS

1.6.1 Personnel Qualifications

1.6.1.1 Site Safety and Health Officer (SSHO)

Provide an SSHO that meets the requirements of EM 385-1-1 Section 1. The SSHO must ensure that the requirements of 29 CFR 1926.16 are met for the project. Provide a Safety oversight team that includes a minimum of one (1) person at each project site to function as the Site Safety and Health Officer (SSHO). The SSHO or an equally-qualified Alternate SSHO must be at the work site at all times to implement and administer the Contractor's safety program and government-accepted Accident Prevention Plan. The SSHO and Alternate SSHO must have the required training, experience, and qualifications in accordance with EM 385-1-1 Section 01.A.17, and all associated sub-paragraphs.

If the SSHO is off-site for a period longer than 24 hours, an equally-qualified alternate SSHO must be provided and must fulfill the same roles and responsibilities as the primary SSHO. When the SSHO is temporarily (up to 24 hours) off-site, a Designated Representative (DR), as identified in the AHA may be used in lieu of an Alternate SSHO, and must be on the project site at all times when work is being performed. Note that the DR is a collateral duty safety position, with safety duties in addition to their full time occupation.

1.6.1.2 Contractor Quality Control (QC) Manager:

The Contractor Quality Control Manager cannot be the SSHO on this project, even though the QC has safety inspection responsibilities as part of the QC duties.

1.6.1.3 Competent Person Qualifications

Provide Competent Persons in accordance with EM 385-1-1, Appendix Q and herein. Competent Persons for high risk activities include confined space, cranes and rigging, excavation/trenching, fall protection, and electrical work. The CP for these activities must be designated in writing, and meet the requirements for the specific activity (i.e. competent person, fall protection).

The Competent Person identified in the Contractor's Safety and Health Program and accepted Accident Prevention Plan, must be on-site at all times when the work that presents the hazards associated with their professional expertise is being performed. Provide the credentials of the Competent Persons(s) to the the Contracting Officer for information in consultation with the Safety Office.

1.6.1.3.1 Competent Person for Confined Space Entry

Provide a Confined Space (CP) Competent Person who meets the requirements of EM 385-1-1, Appendix Q, and herein. The CP for Confined Space Entry must supervise the entry into each confined space.

1.6.1.3.2 Competent Person for Scaffolding

Provide a Competent Person for Scaffolding who meets the requirements of EM 385-1-1, Section 22.B.02 and herein.

SECTION 01 35 26 Page 11

Page 418: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.6.1.3.3 Competent Person for Fall Protection

Provide a Competent Person for Fall Protection who meets the requirements of EM 385-1-1, Section 21.C.04 and herein.

1.6.1.4 Qualified Trainer Requirements

Individuals qualified to instruct the 40 hour contract safety awareness course, or portions thereof, must meet the definition of a Competent Person Trainer, and, at a minimum, possess a working knowledge of the following subject areas: EM 385-1-1, Electrical Standards,Lockout/Tagout, Fall Protection, Confined Space Entry for Construction; Excavation, Trenching and Soil Mechanics, and Scaffolds in accordance with 29 CFR 1926.450, Subpart L.

Instructors are required to:

a. Prepare class presentations that cover construction-related safety requirements.

b. Ensure that all attendees attend all sessions by using a class roster signed daily by each attendee. Maintain copies of the roster for at least five (5) years. This is a certification class and must be attended 100 percent. In cases of emergency where an attendee cannot make it to a session, the attendee can make it up in another class session for the same subject.

c. Update training course materials whenever an update of the EM 385-1-1 becomes available.

d. Provide a written exam of at least 50 questions. Students are required to answer 80 percent correctly to pass.

e. Request, review and incorporate student feedback into a continuous course improvement program.

1.6.1.5 Crane Operators/Riggers

Provide Operators meeting the requirements in EM 385-1-1, Section 15.B for Riggers and Section 16.B for Crane Operators. In addition, for mobile cranes with Original Equipment Manufacturer (OEM) rated capacities of 50,000 pounds or greater, designate crane operators qualified by a source that qualifies crane operators (i.e., union, a government agency, or an organization that tests and qualifies crane operators). Provide proof of current qualification.

1.6.2 Personnel Duties

1.6.2.1 Duties of the Site Safety and Health Officer (SSHO)

The SSHO must:

a. Conduct daily safety and health inspections and maintain a written log which includes area/operation inspected, date of inspection, identified hazards, recommended corrective actions, estimated and actual dates of corrections. Attach safety inspection logs to the Contractors' daily production report.

b. Conduct mishap investigations and complete required accident reports.

SECTION 01 35 26 Page 12

Page 419: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Report mishaps and near misses.

c. Use and maintain OSHA's Form 300 to log work-related injuries and illnesses occurring on the project site for Prime Contractors and subcontractors, and make available to the Contracting Officer upon request. Post and maintain the Form 300A on the site Safety Bulletin Board.

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

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

f. Review the APP and AHAs for compliance with EM 385-1-1, and approve, sign, implement and enforce them.

g. Establish a Safety and Occupational Health (SOH) Deficiency Tracking System that lists and monitors outstanding deficiencies until resolution.

h. Ensure subcontractor compliance with safety and health requirements.

i. Maintain a list of hazardous chemicals on site and their material Safety Data Sheets (SDS).

j. Maintain a weekly list of high hazard activities involving energy, equipment, excavation, entry into confined space, and elevation, and be prepared to discuss details during QC Meetings.

k. Provide and keep a record of site safety orientation and indoctrination for Contractor employees, subcontractor employees, and site visitors.

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

1.6.3 Meetings

1.6.3.1 Preconstruction Conference

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

b. Discuss the details of the submitted APP to include incorporated plans, programs, procedures and a listing of anticipated AHAs that will be developed and implemented during the performance of the contract. This list of proposed AHAs will be reviewed at the conference and an agreement will be reached between the Contractor and the Contracting Officer as to which phases will require an analysis. In addition, establish a schedule for the preparation, submittal, and Government review of AHAs to preclude project delays.

SECTION 01 35 26 Page 13

Page 420: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

c. Deficiencies in the submitted APP, identified during the Contracting Officer's review, must be corrected, and the APP re-submitted for review prior to the start of construction. Work is not permitted to begin work until an APP is established that is acceptable to the Contracting Officer.

1.6.3.2 Safety Meetings

Conduct safety meetings to review past activities, plan for new or changed operations, review pertinent aspects of appropriate AHA (by trade), establish safe working procedures for anticipated hazards, and provide pertinent Safety and Occupational Health (SOH) training and motivation. Conduct meetings at least once a month for all supervisors on the project location. The SSHO, supervisors, foremen, or CDSOs must conduct meetings at least once a week for the trade workers. Document meeting minutes to include the date, persons in attendance, subjects discussed, and names of individual(s) who conducted the meeting. Maintain documentation on-site and furnish copies to the Contracting Officer on request. Notify the Contracting Officer of all scheduled meetings 7 calendar days in advance.

1.7 ACCIDENT PREVENTION PLAN (APP)

A qualified person must prepare the written site-specific APP. Prepare the APP in accordance with the format and requirements of EM 385-1-1, Appendix A, and as supplemented herein. Cover all paragraph and subparagraph elements in EM 385-1-1, Appendix A. The APP must be job-specific and address any unusual or unique aspects of the project or activity for which it is written. The APP must interface with the Contractor's overall safety and health program referenced in the APP in the applicable APP element, and made site-specific. Describe the methods to evaluate past safety performance of potential subcontractors in the selection process. Also, describe innovative methods used to ensure and monitor safe work practices of subcontractors. The Government considers the Prime Contractor to be the "controlling authority" for all work site safety and health of the subcontractors. Contractors are responsible for informing their subcontractors of the safety provisions under the terms of the contract and the penalties for noncompliance, coordinating the work to prevent one craft from interfering with or creating hazardous working conditions for other crafts, and inspecting subcontractor operations to ensure that accident prevention responsibilities are being carried out. The APP must be signed by an officer of the firm (Prime Contractor senior person), the individual preparing the APP, the on-site superintendent, the designated SSHO, the Contractor Quality Control Manager, and any designated Certified Safety Professional (CSP) or Certified Health Physicist (CIH). The SSHO must provide and maintain the APP and a log of signatures by each subcontractor foreman, attesting that they have read and understand the APP, and make the APP and log available on-site to the Contracting Officer. If English is not the foreman's primary language, the Prime Contractor must provide an interpreter.

Submit the APP to the Contracting Officer 15 calendar days prior to the date of the preconstruction conference for acceptance. Work cannot proceed without an accepted APP. Once reviewed and accepted by the Contracting Officer, the APP and attachments will be enforced as part of the contract. Disregarding the provisions of this contract or the accepted APP is cause for stopping of work, at the discretion of the Contracting Officer, until the matter has been rectified. Continuously review and amend the APP, as necessary, throughout the life of the contract. Changes to the accepted APP must be made with the knowledge and concurrence of the Contracting

SECTION 01 35 26 Page 14

Page 421: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Officer, project superintendent, SSHO and Quality Control Manager. Incorporate unusual or high-hazard activities not identified in the original APP as they are discovered. Should any severe hazard exposure (i.e. imminent danger) become evident, stop work in the area, secure the area, and develop a plan to remove the exposure and control the hazard. Notify the Contracting Officer within 24 hours of discovery. Eliminate and remove the hazard. In the interim, take all necessary action to restore and maintain safe working conditions in order to safeguard onsite personnel, visitors, the public (as defined by ASSE/SAFE A10.34), and the environment.

1.7.1 Names and Qualifications

Provide plans in accordance with the requirements outlined in Appendix A of EM 385-1-1, including the following:

a. Names and qualifications (resumes including education, training, experience and certifications) of site safety and health personnel designated to perform work on this project to include the designated Site Safety and Health Officer and other competent and qualified personnel to be used. Specify the duties of each position.

b. Qualifications of competent and of qualified persons. As a minimum, designate and submit qualifications of competent persons for each of the following major areas: excavation; scaffolding; fall protection; hazardous energy; confined space; health hazard recognition, evaluation and control of chemical, physical and biological agents; and personal protective equipment and clothing to include selection, use and maintenance.

1.7.2 Plans

Provide plans in the APP in accordance with the requirements outlined in Appendix A of EM 385-1-1, including the following:

1.7.2.1 Confined Space Entry Plan

Develop a confined or enclosed space entry plan in accordance with EM 385-1-1, applicable OSHA standards 29 CFR 1910, 29 CFR 1915, and 29 CFR 1926, OSHA Directive CPL 2.100, and any other federal, state and local regulatory requirements identified in this contract. Identify the qualified person's name and qualifications, training, and experience. Delineate the qualified person's authority to direct work stoppage in the event of hazardous conditions. Include procedure for rescue by contractor personnel and the coordination with emergency responders. (If there is no confined space work, include a statement that no confined space work exists and none will be created.)

1.7.2.2 Standard Lift Plan (SLP)

Plan lifts to avoid situations where the operator cannot maintain safe control of the lift. Prepare a written SLP in accordance with EM 385-1-1, Section 16.A.03, using Form 16-2 for every lift or series of lifts (if duty cycle or routine lifts are being performed). The SLP must be developed, reviewed and accepted by all personnel involved in the lift in conjunction with the associated AHA. Signature on the AHA constitutes acceptance of the plan. Maintain the SLP on the LHE for the current lift(s) being made. Maintain historical SLPs for a minimum of 3 months.

SECTION 01 35 26 Page 15

Page 422: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.7.2.3 Critical Lift Plan - Crane or Load Handling Equipment

Provide a Critical Lift Plan as required by EM 385-1-1, Section 16.H.01, using Form 16-3. Critical lifts require detailed planning and additional or unusual safety precautions. Develop and submit a critical lift plan to the Contracting Officer 30 calendar days prior to critical lift. Comply with load testing requirements in accordance with EM 385-1-1, Section 16.F.03.

In addition to the requirements of EM 385-1-1, Section 16.H.02, the critical lift plan must include the following:

a. For lifts of personnel, demonstrate compliance with the requirements of 29 CFR 1926.1400 and EM 385-1-1, Section 16.T.

b. Multi-purpose machines, material handling equipment, and construction equipment used to lift loads that are suspended by rigging gear, require proof of authorization from the machine OEM that the machine is capable of making lifts of loads suspended by rigging equipment. Demonstrate that the operator is properly trained and that the equipment is properly configured to make such lifts and is equipped with a load chart.

1.7.2.4 Fall Protection and Prevention (FP&P) Plan

The plan must comply with the requirements of EM 385-1-1, Section 21.D and ASSE/SAFE Z359.2, be site specific, and address all fall hazards in the work place and during different phases of construction. Address how to protect and prevent workers from falling to lower levels when they are exposed to fall hazards above 6 feet. A competent person or qualified person for fall protection must prepare and sign the plan documentation. Include fall protection and prevention systems, equipment and methods employed for every phase of work, roles and responsibilities, assisted rescue, self-rescue and evacuation procedures, training requirements, and monitoring methods. Review and revise, as necessary, the Fall Protection and Prevention Plan documentation as conditions change, but at a minimum every six months, for lengthy projects, reflecting any changes during the course of construction due to changes in personnel, equipment, systems or work habits. Keep and maintain the accepted Fall Protection and Prevention Plan documentation at the job site for the duration of the project. Include the Fall Protection and Prevention Plan documentation in the Accident Prevention Plan (APP).

1.7.2.5 Rescue and Evacuation Plan

Provide a Rescue and Evacuation Plan in accordance with EM 385-1-1 Section 21.N and ASSE/SAFE Z359.2, and include in the FP&P Plan and as part of the APP. Include a detailed discussion of the following: methods of rescue; methods of self-rescue; equipment used; training requirement; specialized training for the rescuers; procedures for requesting rescue and medical assistance; and transportation routes to a medical facility.

1.7.2.6 Hazardous Energy Control Program (HECP)

Develop a HECP in accordance with EM 385-1-1 Section 12, 29 CFR 1910.147, 29 CFR 1910.333, 29 CFR 1915.89, ASSE/SAFE Z244.1, and ASSE/SAFE A10.44. Submit this HECP as part of the Accident Prevention Plan (APP). Conduct a preparatory meeting and inspection with all effected personnel to coordinate all HECP activities. Document this meeting and inspection in

SECTION 01 35 26 Page 16

Page 423: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

accordance with EM 385-1-1, Section 12.A.02. Ensure that each employee is familiar with and complies with these procedures.

1.7.2.7 Excavation Plan

Identify the safety and health aspects of excavation, and provide and prepare the plan in accordance with EM 385-1-1, Section 25.A and Section 31 00 00 EARTHWORK.

1.7.2.8 Site Demolition Plan

Identify the safety and health aspects, and prepare in accordance with Section 02 41 00 DEMOLITION AND DECONSTRUCTION and referenced sources.

1.8 ACTIVITY HAZARD ANALYSIS (AHA)

Before beginning each activity, task or Definable Feature of Work (DFOW) involving a type of work presenting hazards not experienced in previous project operations, or where a new work crew or subcontractor is to perform the work, the Contractor(s) performing that work activity must prepare an AHA. AHAs must be developed by the Prime Contractor, subcontractor, or supplier performing the work, and provided for Prime Contractor review and approval before submitting to the Contracting Officer. AHAs must be signed by the SSHO, Superintendent, QC Manager and the subcontractor Foreman performing the work. Format the AHA in accordance with EM 385-1-1, Section 1 or as directed by the Contracting Officer. Submit the AHA for review at least 15 working days prior to the start of each activity task, or DFOW. The Government reserves the right to require the Contractor to revise and resubmit the AHA if it fails to effectively identify the work sequences, specific anticipated hazards, site conditions, equipment, materials, personnel and the control measures to be implemented.

AHAs must identify competent persons required for phases involving high risk activities, including confined entry, crane and rigging, excavations, trenching, electrical work, fall protection, and scaffolding.

1.8.1 AHA Management

Review the AHA list periodically (at least monthly) at the Contractor supervisory safety meeting, and update as necessary when procedures, scheduling, or hazards change. Use the AHA during daily inspections by the SSHO to ensure the implementation and effectiveness of the required safety and health controls for that work activity.

1.8.2 AHA Signature Log

Each employee performing work as part of an activity, task or DFOW must review the AHA for that work and sign a signature log specifically maintained for that AHA prior to starting work on that activity. The SSHO must maintain a signature log on site for every AHA. Provide employees whose primary language is other than English, with an interpreter to ensure a clear understanding of the AHA and its contents.

1.9 DISPLAY OF SAFETY INFORMATION

1.9.1 Safety Bulletin Board

Within one calendar day(s) after commencement of work, erect a safety bulletin board at the job site. Where size, duration, or logistics of

SECTION 01 35 26 Page 17

Page 424: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

project do not facilitate a bulletin board, an alternative method, acceptable to the Contracting Officer, that is accessible and includes all mandatory information for employee and visitor review, may be deemed as meeting the requirement for a bulletin board. Include and maintain information on safety bulletin board as required by EM 385-1-1, Section 01.A.07. Additional items required to be posted include:

a. Confined space entry permit.

b. Hot work permit.

1.9.2 Safety and Occupational Health (SOH) Deficiency Tracking System

Establish a SOH deficiency tracking system that lists and monitors the status of SOH deficiencies in chronological order. Use the tracking system to evaluate the effectiveness of the APP. A monthly evaluation of the data must be discussed in the QC or SOH meeting with everyone on the project. The list must be posted on the project bulletin board and updated daily, and provide the following information:

a. Date deficiency identified;

b. Description of deficiency;

c. Name of person responsible for correcting deficiency;

d. Projected resolution date;

e. Date actually resolved.

1.10 SITE SAFETY REFERENCE MATERIALS

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

1.11 EMERGENCY MEDICAL TREATMENT

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

1.12 NOTIFICATIONS and REPORTS

1.12.1 Mishap Notification

Notify the Contracting Officer as soon as practical, but no more than twenty-four hours, after any mishaps, including recordable accidents, incidents, and near misses, as defined in EM 385-1-1 Appendix Q, any report of injury, illness, load handling equipment (LHE) or rigging mishaps, or any property damage. The Contractor is responsible for obtaining appropriate medical and emergency assistance and for notifying fire, law enforcement, and regulatory agencies. Immediate reporting is required for electrical mishaps, to include Arc Flash; shock; uncontrolled release of hazardous energy (includes electrical and non-electrical); load handling equipment or rigging; fall from height (any level other than same surface); and underwater diving. These mishaps must be investigated in depth to identify all causes and to recommend hazard control measures.

Within notification include Contractor name; contract title; type of

SECTION 01 35 26 Page 18

Page 425: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

contract; name of activity, installation or location where accident occurred; date and time of accident; names of personnel injured; extent of property damage, if any; extent of injury, if known, and brief description of accident (for example, type of construction equipment used and PPE used). Preserve the conditions and evidence on the accident site until the Government investigation team arrives on-site and Government investigation is conducted. Assist and cooperate fully with the Government's investigation(s) of any mishap.

1.12.2 Accident Reports

a. Conduct an accident investigation for recordable injuries and illnesses, property damage, and near misses as defined in EM 385-1-1, to establish the root cause(s) of the accident. Complete the applicable USACE Accident Report Form 3394, and provide the report to the Contracting Officer within 5 calendar day(s) of the accident. The Contracting Officer will provide copies of any required or special forms.

b. Near Misses: Near miss reports are considered positive and proactive Contractor safety management actions.

c. Conduct an accident investigation for any load handling equipment accident (including rigging gear accidents) to establish the root cause(s) of the accident. Complete the LHE Accident Report (Crane and Rigging Gear) form and provide the report to the Contracting Officer within 30 calendar days of the accident. Do not proceed with crane operations until cause is determined and corrective actions have been implemented to the satisfaction of the Contracting Officer. The Contracting Officer will provide a blank copy of the accident report form.

1.12.3 LHE Inspection Reports

Submit LHE inspection reports required in accordance with EM 385-1-1 and as specified herein with Daily Reports of Inspections.

1.12.4 Certificate of Compliance and Pre-lift Plan/Checklist for LHE and Rigging

Provide a FORM 16-1 Certificate of Compliance for LHE entering an activity under this contract and in accordance with EM 385-1-1. Post certifications on the crane.

Develop a Standard Lift Plan (SLP) in accordance with EM 385-1-1, Section 16.H.03 using Form 16-2 Standard Pre-Lift Crane Plan/Checklist for each lift planned. Submit SLP to the Contracting Officer for approval within 15 calendar days in advance of planned lift.

1.13 HOT WORK

1.13.1 Permit and Personnel Requirements

Submit and obtain a written permit prior to performing "Hot Work" (i.e. welding or cutting) or operating other flame-producing/spark producing devices, from the Fire Division. A permit is required from the Explosives Safety Office for work in and around where explosives are processed, stored, or handled. CONTRACTORS ARE REQUIRED TO MEET ALL CRITERIA BEFORE A PERMIT IS ISSUED. Provide at least two 20 pound 4A:20 BC rated

SECTION 01 35 26 Page 19

Page 426: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

extinguishers for normal "Hot Work". The extinguishers must be current inspection tagged, and contain an approved safety pin and tamper resistant seal. It is also mandatory to have a designated FIRE WATCH for any "Hot Work" done at this activity. The Fire Watch must be trained in accordance with NFPA 51B and remain on-site for a minimum of one hour after completion of the task or as specified on the hot work permit.

When starting work in the facility, require personnel to familiarize themselves with the location of the nearest fire alarm boxes and place in memory the emergency phone number. REPORT ANY FIRE, NO MATTER HOW SMALL, TO THE RESPONSIBLE IMMEDIATELY.

1.13.2 Work Around Flammable Materials

Whenever these materials, except beryllium and chromium (VI), are encountered in indoor operations, local mechanical exhaust ventilation systems that are sufficient to reduce and maintain personal exposures to within acceptable limits must be used and maintained in accordance with manufacturer's instruction and supplemented by exceptions noted in EM 385-1-1, Section 06.H

1.14 CONFINED SPACE ENTRY REQUIREMENTS.

Confined space entry must comply with Section 34 of EM 385-1-1, OSHA 29 CFR 1926, OSHA 29 CFR 1910, OSHA 29 CFR 1910.146, and OSHA Directive CPL 2.100. Any potential for a hazard in the confined space requires a permit system to be used.

1.14.1 Entry Procedures

Prohibit entry into a confined space by personnel for any purpose, including hot work, until the qualified person has conducted appropriate tests to ensure the confined or enclosed space is safe for the work intended and that all potential hazards are controlled or eliminated and documented. Comply with EM 385-1-1, Section 34 for entry procedures. Hazards pertaining to the space must be reviewed with each employee during review of the AHA.

1.14.2 Forced Air Ventilation

Forced air ventilation is required for all confined space entry operations and the minimum air exchange requirements must be maintained to ensure exposure to any hazardous atmosphere is kept below its action level.

1.14.3 Sewer Wet Wells

Sewer wet wells require continuous atmosphere monitoring with audible alarm for toxic gas detection.

1.14.4 Rescue Procedures and Coordination with Local Emergency Responders

Develop and implement an on-site rescue and recovery plan and procedures. The rescue plan must not rely on local emergency responders for rescue from a confined space.

1.15 DIVE SAFETY REQUIREMENTS

Develop a Dive Operations Plan, AHA, emergency management plan, and personnel list that includes qualifications, for each separate diving

SECTION 01 35 26 Page 20

Page 427: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

operation. Submit these documents to the District Dive Coordinator (DDC) for review and acceptance at least 15 working days prior to commencement of diving operations. These documents must be at the diving location at all times. Provide each of these documents as a part of the project file.

1.16 SEVERE STORM PLAN

In the event of a severe storm warning, the Contractor must:

a. Secure outside equipment and materials and place materials that could be damaged in protected areas.

b. Check surrounding area, including roof, for loose material, equipment, debris, and other objects that could be blown away or against existing facilities.

c. Ensure that temporary erosion controls are adequate.

PART 2 PRODUCTS

Not used.

PART 3 EXECUTION

3.1 CONSTRUCTION AND OTHER WORK

Comply with EM 385-1-1, NFPA 70, NFPA 70E, NFPA 241, the APP, the AHA, Federal and State OSHA regulations, and other related submittals and activity fire and safety regulations. The most stringent standard prevails.

PPE is governed in all areas by the nature of the work the employee is performing. Use personal hearing protection at all times in designated noise hazardous areas or when performing noise hazardous tasks. Safety glasses must be worn or carried/available on each person. Mandatory PPE includes:

a. Hard Hat

b. Long Pants

c. Appropriate Safety Shoes

d. Appropriate Class Reflective Vests

3.1.1 Worksite Communication

Employees working alone in a remote location or away from other workers must be provided an effective means of emergency communications (i.e., cellular phone, two-way radios, land-line telephones or other acceptable means). The selected communication must be readily available (easily within the immediate reach) of the employee and must be tested prior to the start of work to verify that it effectively operates in the area/environment. An employee check-in/check-out communication procedure must be developed to ensure employee safety.

3.1.2 Hazardous Material Exclusions

Notwithstanding any other hazardous material used in this contract, radioactive materials or instruments capable of producing

SECTION 01 35 26 Page 21

Page 428: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

ionizing/non-ionizing radiation (with the exception of radioactive material and devices used in accordance with EM 385-1-1 such as nuclear density meters for compaction testing and laboratory equipment with radioactive sources) as well as materials which contain asbestos, mercury or polychlorinated biphenyls, di-isocyanates, lead-based paint, and hexavalent chromium, are prohibited. The Contracting Officer, upon written request by the Contractor, may consider exceptions to the use of any of the above excluded materials. Low mercury lamps used within fluorescent lighting fixtures are allowed as an exception without further Contracting Officer approval. Notify the Radiation Safety Officer (RSO) prior to excepted items of radioactive material and devices being brought on base.

3.1.3 Unforeseen Hazardous Material

Contract documents identify materials such as PCB, lead paint, and friable and non-friable asbestos and other OSHA regulated chemicals (i.e. 29 CFR Part 1910.1000). If material(s) that may be hazardous to human health upon disturbance are encountered during construction operations, stop that portion of work and notify the Contracting Officer immediately. Within 14 calendar days the Government will determine if the material is hazardous. If material is not hazardous or poses no danger, the Government will direct the Contractor to proceed without change. If material is hazardous and handling of the material is necessary to accomplish the work, the Government will issue a modification pursuant to FAR 52.243-4, "Changes" and FAR 52.236-2, "Differing Site Conditions."

3.2 PRE-OUTAGE COORDINATION MEETING

Apply for utility outages at least 7 days in advance. As a minimum, the request must include the location of the outage, utilities being affected, duration of outage and any necessary sketches. Special requirements for electrical outage requests are contained elsewhere in this specification section. Once approved, and prior to beginning work on the utility system requiring shut down, attend a pre-outage coordination meeting with the Contracting Officer to review the scope of work and the lock-out/tag-out procedures for worker protection. No work will be performed on energized electrical circuits unless proof is provided that no other means exist.

3.3 CONTROL OF HAZARDOUS ENERGY (LOCKOUT/TAGOUT)

Provide and operate a Hazardous Energy Control Program (HECP) in accordance with EM 385-1-1 Section 12, 29 CFR 1910.333, 29 CFR 1915.89, and paragraph HAZARDOUS ENERGY CONTROL PROGRAM (HECP).

3.4 FALL PROTECTION PROGRAM

Establish a fall protection program, for the protection of all employees exposed to fall hazards. Within the program include company policy, identify roles and responsibilities, education and training requirements, fall hazard identification, prevention and control measures, inspection, storage, care and maintenance of fall protection equipment and rescue and evacuation procedures in accordance with ASSE/SAFE Z359.2 and EM 385-1-1, Sections 21.A and 21.D.

3.4.1 Training

Institute a fall protection training program. As part of the Fall Protection Program, provide training for each employee who might be exposed to fall hazards. Provide training by a competent person for fall

SECTION 01 35 26 Page 22

Page 429: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

protection in accordance with EM 385-1-1, Section 21.C. Document training and practical application of the competent person in accordance with EM 385-1-1, Section 21.C.04 and ASSE/SAFE Z359.2 in the AHA.

3.4.2 Fall Protection Equipment and Systems

Enforce use of personal fall protection equipment and systems designated (to include fall arrest, restraint, and positioning) for each specific work activity in the Site Specific Fall Protection and Prevention Plan and AHA at all times when an employee is exposed to a fall hazard. Protect employees from fall hazards as specified in EM 385-1-1, Section 21.

Provide personal fall protection equipment, systems, subsystems, and components that comply with EM 385-1-1 Section 21.I, 29 CFR 1926.500 Subpart M,ASSE/SAFE Z359.0, ASSE/SAFE Z359.1, ASSE/SAFE Z359.2, ASSE/SAFE Z359.3, ASSE/SAFE Z359.4, ASSE/SAFE Z359.6, ASSE/SAFE Z359.7, ASSE/SAFE Z359.11, ASSE/SAFE Z359.12, ASSE/SAFE Z359.13, ASSE/SAFE Z359.14, and ASSE/SAFE Z359.15.

3.4.2.1 Additional Personal Fall Protection

In addition to the required fall protection systems, other protection such as safety skiffs, personal floatation devices, and life rings, are required when working above or next to water in accordance with EM 385-1-1, Sections 21.O through 21.O.06. Personal fall protection systems and equipment are required when working from an articulating or extendible boom, swing stages, or suspended platform. In addition, personal fall protection systems are required when operating other equipment such as scissor lifts. The need for tying-off in such equipment is to prevent ejection of the employee from the equipment during raising, lowering, travel, or while performing work.

3.4.2.2 Personal Fall Protection Harnesses

Only a full-body harness with a shock-absorbing lanyard or self-retracting lanyard is an acceptable personal fall arrest body support device. The use of body belts is not acceptable. Harnesses must have a fall arrest attachment affixed to the body support (usually a Dorsal D-ring) and specifically designated for attachment to the rest of the system. Snap hooks and carabiners must be self-closing and self-locking, capable of being opened only by at least two consecutive deliberate actions and have a minimum gate strength of 3,600 lbs in all directions. Use webbing, straps, and ropes made of synthetic fiber. The maximum free fall distance when using fall arrest equipment must not exceed 6 feet, unless the proper energy absorbing lanyard is used. Always take into consideration the total fall distance and any swinging of the worker (pendulum-like motion), that can occur during a fall, when attaching a person to a fall arrest system. All full body harnesses must be equipped with Suspension Trauma Preventers such as stirrups, relief steps, or similar in order to provide short-term relief from the effects of orthostatic intolerance in accordance with EM 385-1-1, Section 21.I.06.

3.4.3 Fall Protection for Roofing Work

Implement fall protection controls based on the type of roof being constructed and work being performed. Evaluate the roof area to be accessed for its structural integrity including weight-bearing capabilities for the projected loading.

SECTION 01 35 26 Page 23

Page 430: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

a. Low Sloped Roofs:

(1) For work within 6 feet of an edge, on a roof having a slope less than or equal to 4:12 (vertical to horizontal), protect personnel from falling by use of personal fall arrest/restraint systems, guardrails, or safety nets. A safety monitoring system is not adequate fall protection and is not authorized. Provide in accordance with 29 CFR 1926.500.

(2) For work greater than 6 feet from an edge, erect and install warning lines in accordance with 29 CFR 1926.500 and EM 385-1-1, Section L.

b. Steep-Sloped Roofs: Work on a roof having a slope greater than 4:1 (vertical to horizontal) requires a personal fall arrest system, guardrails with toe-boards, or safety nets. This requirement also applies to residential or housing type construction.

3.4.4 Horizontal Lifelines (HLL)

Provide HLL in accordance with EM 385-1-1, Section 21.I.08.d.2. Commercially manufactured horizontal lifelines (HLL) must be designed, installed, certified and used, under the supervision of a qualified person, for fall protection as part of a complete fall arrest system which maintains a safety factor of 2 (29 CFR 1926.500). The competent person for fall protection may (if deemed appropriate by the qualified person) supervise the assembly, disassembly, use and inspection of the HLL system under the direction of the qualified person. Locally manufactured HLLs are not acceptable unless they are custom designed for limited or site specific applications by a Registered Professional Engineer who is qualified in designing HLL systems.

3.4.5 Guardrails and Safety Nets

Design, install and use guardrails and safety nets in accordance with EM 385-1-1, Section 21.F.01 and 29 CFR 1926 Subpart M.

3.4.6 Rescue and Evacuation Plan and Procedures

When personal fall arrest systems are used, ensure that the mishap victim can self-rescue or can be rescued promptly should a fall occur. Prepare a Rescue and Evacuation Plan and include a detailed discussion of the following: methods of rescue; methods of self-rescue or assisted-rescue; equipment used; training requirement; specialized training for the rescuers; procedures for requesting rescue and medical assistance; and transportation routes to a medical facility. Include the Rescue and Evacuation Plan within 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). The plan must comply with the requirements of EM 385-1-1, ASSE/SAFE Z359.2, and ASSE/SAFE Z359.4.

3.5 WORK PLATFORMS

3.5.1 Scaffolding

Provide employees with a safe means of access to the work area on the scaffold. Climbing of any scaffold braces or supports not specifically designed for access is prohibited. Comply with the following requirements:

SECTION 01 35 26 Page 24

Page 431: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

a. Scaffold platforms greater than 20 feet in height must be accessed by use of a scaffold stair system.

b. Ladders commonly provided by scaffold system manufacturers are

prohibited for accessing scaffold platforms greater than 20 feet maximum in height.

c. An adequate gate is required.

d. Employees performing scaffold erection and dismantling must be qualified.

e. Scaffold must be capable of supporting at least four times the maximum intended load or without appropriate fall protection as delineated in the accepted fall protection and prevention plan.

f. Stationary scaffolds must be attached to structural building components to safeguard against tipping forward or backward.

g. Special care must be given to ensure scaffold systems are not overloaded.

h. Side brackets used to extend scaffold platforms on self-supported scaffold systems for the storage of material are prohibited. The first tie-in must be at the height equal to 4 times the width of the smallest dimension of the scaffold base.

i. Scaffolding other than suspended types must bear on base plates upon wood mudsills (2 in x 10 in x 8 in minimum) or other adequate firm foundation.

j. Scaffold or work platform erectors must have fall protection during the erection and dismantling of scaffolding or work platforms that are more than 6 feet.

k. Delineate fall protection requirements when working above 6 feet or above dangerous operations in the Fall Protection and Prevention (FP&P) Plan and Activity Hazard Analysis (AHA) for the phase of work.

3.5.2 Elevated Aerial Work Platforms (AWPs)

Workers must be anchored to the basket or bucket in accordance with manufacturer's specifications and instructions (anchoring to the boom may only be used when allowed by the manufacturer and permitted by the CP). Lanyards used must be sufficiently short to prohibit worker from climbing out of basket. The climbing of rails is prohibited. Lanyards with built-in shock absorbers are acceptable. Self-retracting devices are not acceptable. Tying off to an adjacent pole or structure is not permitted unless a safe device for 100 percent tie-off is used for the transfer.

Use of AWPs must be operated, inspected, and maintained as specified in the operating manual for the equipment and delineated in the AHA. Operators of AWPs must be designated as qualified operators by the Prime Contractor. Maintain proof of qualifications on site for review and include in the AHA.

SECTION 01 35 26 Page 25

Page 432: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.6 EQUIPMENT

3.6.1 Material Handling Equipment (MHE)

a. Material handling equipment such as forklifts must not be modified with work platform attachments for supporting employees unless specifically delineated in the manufacturer's printed operating instructions. Material handling equipment fitted with personnel work platform attachments are prohibited from traveling or positioning while personnel are working on the platform.

b. The use of hooks on equipment for lifting of material must be in accordance with manufacturer's printed instructions. Material Handling Equipment Operators must be trained in accordance with OSHA 29 CFR 1910, Subpart N.

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

3.6.2 Load Handling Equipment (LHE)

a. Equip cranes and derricks as specified in EM 385-1-1, Section 16.

b. Notify the Contracting Officer 15 working days in advance of any LHE entering the activity, in accordance with EM 385-1-1, Section 16.A.02, so that necessary quality assurance spot checks can be coordinated.Contractor's operator must remain with the crane during the spot check. Rigging gear must comply with OSHA, ASME B30.9 Standards safety standards.

c. Comply with the LHE manufacturer's specifications and limitations for erection and operation of cranes and hoists used in support of the work. Perform erection under the supervision of a designated person (as defined in ASME B30.5). Perform all testing in accordance with the manufacturer's recommended procedures.

d. Comply with ASME B30.5 for mobile and locomotive cranes, ASME B30.22 for articulating boom cranes, ASME B30.3 for construction tower cranes, ASME B30.8 for floating cranes and floating derricks, ASME B30.9 for slings, ASME B30.20 for below the hook lifting devices and ASME B30.26 for rigging hardware.

e. Under no circumstance must a Contractor make a lift at or above 90 percent of the cranes rated capacity in any configuration.

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

g. Do not use crane suspended personnel work platforms (baskets) unless the Contractor proves that using any other access to the work location would provide a greater hazard to the workers or is impossible. Do not lift personnel with a line hoist or friction crane. Additionally, submit a specific AHA for this work to the Contracting Officer. Ensure the activity and AHA are thoroughly reviewed by all involved personnel.

h. Inspect, maintain, and recharge portable fire extinguishers as specified in NFPA 10, Standard for Portable Fire Extinguishers.

SECTION 01 35 26 Page 26

Page 433: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

i. All employees must keep clear of loads about to be lifted and of suspended loads.

j. Use cribbing when performing lifts on outriggers.

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

l. A physical barricade must be positioned to prevent personnel access where accessible areas of the LHE's rotating superstructure poses a risk of striking, pinching or crushing personnel.

m. Maintain inspection records in accordance by EM 385-1-1, Section 16.D, including shift, monthly, and annual inspections, the signature of the person performing the inspection, and the serial number or other identifier of the LHE that was inspected. Records must be available for review by the Contracting Officer.

n. Maintain written reports of operational and load testing in accordance with EM 385-1-1, Section 16.F, listing the load test procedures used along with any repairs or alterations performed on the LHE. Reports must be available for review by the Contracting Officer.

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

p. Take steps to ensure that wind speed does not contribute to loss of control of the load during lifting operations. At wind speeds greater than 20 mph, the operator, rigger and lift supervisor must cease all crane operations, evaluate conditions and determine if the lift may proceed. Base the determination to proceed or not on wind calculations per the manufacturer and a reduction in LHE rated capacity if applicable. Include this maximum wind speed determination as part of the activity hazard analysis plan for that operation.

3.6.3 Machinery and Mechanized Equipment

a. Proof of qualifications for operator must be kept on the project site for review.

b. Manufacture specifications or owner's manual for the equipment must be on-site and reviewed for additional safety precautions or requirements that are sometimes not identified by OSHA or USACE EM 385-1-1. Incorporate such additional safety precautions or requirements into the AHAs.

3.6.4 USE OF EXPLOSIVES

Explosives must not be used or brought to the project site without prior written approval from the Contracting Officer. Such approval does not relieve the Contractor of responsibility for injury to persons or for damage to property due to blasting operations.

Storage of explosives, when permitted on Government property, must be only where directed and in approved storage facilities. These facilities must be kept locked at all times except for inspection, delivery, and withdrawal of explosives. Perform explosive work in accordance with NASA-STD 8719.12. This document is available at:

SECTION 01 35 26 Page 27

Page 434: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

http://www.hq.nasa.gov/office/codeq/doctree/871912.htm

3.7 EXCAVATIONS

Soil classification must be performed by a competent person in accordance with 29 CFR 1926 and EM 385-1-1.

3.7.1 Utility Locations

Provide a third party, independent, private utility locating company to positively identify underground utilities in the work area in addition to any station locating service and coordinated with the station utility department.

3.7.2 Utility Location Verification

Physically verify underground utility locations, including utility depth, by hand digging using wood or fiberglass handled tools when any adjacent construction work is expected to come within 3 feet of the underground system.

3.7.3 Utilities Within and Under Concrete, Bituminous Asphalt, and Other Impervious Surfaces

Utilities located within and under concrete slabs or pier structures, bridges, parking areas, and the like, are extremely difficult to identify. Whenever contract work involves chipping, saw cutting, or core drilling through concrete, bituminous asphalt or other impervious surfaces, the existing utility location must be coordinated with station utility departments in addition to location and depth verification by a third party, independent, private locating company. The third party, independent, private locating company must locate utility depth by use of Ground Penetrating Radar (GPR), X-ray, bore scope, or ultrasound prior to the start of demolition and construction. Outages to isolate utility systems must be used in circumstances where utilities are unable to be positively identified. The use of historical drawings does not alleviate the Contractor from meeting this requirement.

3.8 ELECTRICAL

Perform electrical work in accordance with EM 385-1-1, Appendix A, Sections 11 and 12.

3.8.1 Conduct of Electrical Work

As delineated in EM 385-1-1, electrical work is to be conducted in a de-energized state unless there is no alternative method for accomplishing the work. In those cases obtain an energized work permit from the Contracting Officer. The energized work permit application must be accompanied by the AHA and a summary of why the equipment/circuit needs to be worked energized. Underground electrical spaces must be certified safe for entry before entering to conduct work. Cables that will be cut must be positively identified and de-energized prior to performing each cut. Attach temporary grounds in accordance with ASTM F855 and IEEE 1048. Perform all high voltage cable cutting remotely using hydraulic cutting tool. When racking in or live switching of circuit breakers, no additional person other than the switch operator is allowed in the space during the actual operation. Plan so that work near energized parts is minimized to

SECTION 01 35 26 Page 28

Page 435: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

the fullest extent possible. Use of electrical outages clear of any energized electrical sources is the preferred method.

When working in energized substations, only qualified electrical workers are permitted to enter. When work requires work near energized circuits as defined by NFPA 70, high voltage personnel must use personal protective equipment that includes, as a minimum, electrical hard hat, safety shoes, insulating gloves and electrical arc flash protection for personnel as required by NFPA 70E. Insulating blankets, hearing protection, and switching suits may also be required, depending on the specific job and as delineated in the Contractor's AHA. Ensure that each employee is familiar with and complies with these procedures and 29 CFR 1910.147.

3.8.2 Qualifications

Electrical work must be performed by QP personnel with verifiable credentials who are familiar with applicable code requirements. Verifiable credentials consist of State, National and Local Certifications or Licenses that a Master or Journeyman Electrician may hold, depending on work being performed, and must be identified in the appropriate AHA. Journeyman/Apprentice ratio must be in accordance with State, Local requirements applicable to where work is being performed.

3.8.3 Arc Flash

Conduct a hazard analysis/arc flash hazard analysis whenever work on or near energized parts greater than 50 volts is necessary, in accordance with NFPA 70E.

All personnel entering the identified arc flash protection boundary must be QPs and properly trained in NFPA 70E requirements and procedures. Unless permitted by NFPA 70E, no Unqualified Person is permitted to approach nearer than the Limited Approach Boundary of energized conductors and circuit parts. Training must be administered by an electrically qualified source and documented.

3.8.4 Grounding

Ground electrical circuits, equipment and enclosures in accordance with NFPA 70 and IEEE C2 to provide a permanent, continuous and effective path to ground unless otherwise noted by EM 385-1-1.

Check grounding circuits to ensure that the circuit between the ground and a grounded power conductor has a resistance low enough to permit sufficient current flow to allow the fuse or circuit breaker to interrupt the current.

3.8.5 Testing

Temporary electrical distribution systems and devices must be inspected, tested and found acceptable for Ground-Fault Circuit Interrupter (GFCI) protection, polarity, ground continuity, and ground resistance before initial use, before use after modification and at least monthly. Monthly inspections and tests must be maintained for each temporary electrical distribution system, and signed by the electrical CP or QP.

-- End of Section --

SECTION 01 35 26 Page 29

Page 436: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 42 00

SOURCES FOR REFERENCE PUBLICATIONS

11/14

PART 1 GENERAL

1.1 REFERENCES 1.2 ORDERING INFORMATION

PART 2 PRODUCTS

PART 3 EXECUTION

-- End of Section Table of Contents --

SECTION 01 42 00 Page 1

Page 437: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 42 00

SOURCES FOR REFERENCE PUBLICATIONS11/14

PART 1 GENERAL

1.1 REFERENCES

Various publications are referenced in other sections of the specifications to establish requirements for the work. These references are identified in each section by document number, date and title. The document number used in the citation is the number assigned by the standards producing organization (e.g. ASTM B564 Standard Specification for Nickel Alloy Forgings). However, when the standards producing organization has not assigned a number to a document, an identifying number has been assigned for reference purposes.

1.2 ORDERING INFORMATION

The addresses of the standards publishing organizations whose documents are referenced in other sections of these specifications are listed below, and if the source of the publications is different from the address of the sponsoring organization, that information is also provided.

AACE INTERNATIONAL (AACE)1265 Suncrest Towne Centre DriveMorgantown, WV 26505-1876 USAPh: 304-296-8444Fax: 304-291-5728E-mail: [email protected]: http://www.aacei.org

ACOUSTICAL SOCIETY OF AMERICA (ASA)1305 Walt Whitman Road, Suite 300Melville, NY 11747-4300Ph: 516-576-2360Fax: 631-923-2875E-mail: [email protected]: http://asa.aip.org

AIR MOVEMENT AND CONTROL ASSOCIATION INTERNATIONAL (AMCA)30 West University DriveArlington Heights, IL 60004-1893Ph: 847-394-0150Fax: 847-253-0088E-mail: [email protected]: http://www.amca.org

AIR-CONDITIONING, HEATING AND REFRIGERATION INSTITUTE (AHRI)2111 Wilson Blvd, Suite 500Arlington, VA 22201Ph: 703-524-8800Fax: 703-562-1942Internet: http://www.ahrinet.org

SECTION 01 42 00 Page 2

Page 438: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

ALUMINUM ASSOCIATION (AA)National Headquarters1525 Wilson Boulevard, Suite 600Arlington, VA 22209Ph: 703-358-2960E-Mail: [email protected]: http://www.aluminum.org

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

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

AMERICAN ASSOCIATION OF TEXTILE CHEMISTS AND COLORISTS (AATCC)1 Davis DriveP.O. Box 12215Research Triangle Park, NC 27709-2215Ph: 919-549-8141Fax: 919-549-8933Internet: http://www.aatcc.org

AMERICAN BEARING MANUFACTURERS ASSOCIATION (ABMA)2025 M Street, NW, Suite 800Washington, DC 20036Ph: 202-367-1155E-mail: [email protected]: http://www.americanbearings.org

AMERICAN CONCRETE INSTITUTE INTERNATIONAL (ACI)38800 Country Club DriveFarmington Hills, MI 48331-3439Ph: 248-848-3700Fax: 248-848-3701E-mail: [email protected]: http://www.concrete.org

AMERICAN CONFERENCE OF GOVERNMENTAL INDUSTRIAL HYGIENISTS (ACGIH)1330 Kemper Meadow DriveCincinnati, OH 45240Ph: 513-742-2020 or 513-742-6163Fax: 513-742-3355E-mail: [email protected]: http://www.acgih.org

AMERICAN GAS ASSOCIATION (AGA)400 North Capitol Street N.W.Suite 450

SECTION 01 42 00 Page 3

Page 439: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Washington, D.C. 20001Ph: 202-824-7000Internet: http://www.aga.org

AMERICAN HARDBOARD ASSOCIATION (AHA)1210 West Northwest HighwayPalatine, IL 60067Ph: 847-934-8800Fax: 847-934-8803E-mail: [email protected]: http://domensino.com/AHA/

AMERICAN INDUSTRIAL HYGIENE ASSOCIATION (AIHA)3141 Fairview Park Dr, Suite 777Falls Church, VA 22042Tel: 703-849-8888Fax: 703-207-3561E-mail: [email protected] http://www.aiha.org

AMERICAN INSTITUTE OF STEEL CONSTRUCTION (AISC)One East Wacker Drive, Suite 700Chicago, IL 60601-1802Ph: 312-670-2400Fax: 312-670-5403Bookstore: 800-644-2400E-mail: [email protected]: http://www.aisc.org

AMERICAN IRON AND STEEL INSTITUTE (AISI)25 Massachusetts Avenue, NW Suite 800Washington, DC 20001Ph: 202-452-7100Internet: http://www.steel.org

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

AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI)1899 L Street, NW,11th FloorWashington, DC 20036Ph: 202-293-8020Fax: 202-293-9287E-mail: [email protected]: http://www.ansi.org/

AMERICAN PETROLEUM INSTITUTE (API)Internet: http://www.api.org

AMERICAN RAILWAY ENGINEERING AND MAINTENANCE-OF-WAY ASSOCIATION (AREMA)4501 Forbes Blvd., Suite 130Lanham, MD 20706Ph: 301-459-3200

SECTION 01 42 00 Page 4

Page 440: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Fax: 301-459-8077E-mail: [email protected]: http://www.arema.org

AMERICAN SOCIETY FOR NONDESTRUCTIVE TESTING (ASNT)P.O. Box 285181711 Arlingate LaneColumbus, OH 43228-0518Ph: 800-222-2768; 614-274-6003Fax: 614-274-6899E-mail: [email protected]: http://www.asnt.org

AMERICAN SOCIETY OF CIVIL ENGINEERS (ASCE)1801 Alexander Bell DriveReston, VA 20191Ph: 703-295-6300; 800-548-2723E-mail: [email protected]: http://www.asce.org

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

AMERICAN SOCIETY OF SAFETY ENGINEERS (ASSE/SAFE)1800 East Oakton StreetDes Plaines, IL 60018Ph: 847-699-2929Internet: http://www.asse.org

AMERICAN SOCIETY OF SANITARY ENGINEERING (ASSE)18927 Hickory Creek Drive, Suite 220Mokena, IL 60448Ph: 708-995-3019Fax: 708-479-6139E-mail: [email protected]: http://www.asse-plumbing.org

AMERICAN WATER WORKS ASSOCIATION (AWWA)6666 West Quincy AvenueDenver, CO 80235-3098Ph: 303-794-7711 E-mail: [email protected]: http://www.awwa.org

AMERICAN WELDING SOCIETY (AWS)13301 NW 47 AveMiami, FL 33054

Ph: 888-WELDING, 305-824-1177, 305-826-6192Fax: 305-826-6195E-mail: [email protected]: http://www.aws.org

SECTION 01 42 00 Page 5

Page 441: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

AMERICAN WOOD COUNCIL (AWC)222 Catoctin Circle SE, Suite 201Leesburg, VA 20175Ph: 800-890-7732Fax: 412-741-0609E-mail: [email protected]: http://www.awc.org

AMERICAN WOOD PROTECTION ASSOCIATION (AWPA)P.O. Box 361784Birmingham, AL 35236-1784Ph: 205-733-4077Fax: 205-733-4075Internet: http://www.awpa.com

AmericanHort (AH)2130 Stella CourtColumbus, OH 43215 USAPh: 614-487-1117Fax: 614-487-1216E-mail: [email protected]: http://americanhort.org/AmericanHort/AmericanHort

APA - THE ENGINEERED WOOD ASSOCIATION (APA)7011 South 19th St.Tacoma, WA 98466-5333Ph: 253-565-6600Fax: 253-565-7265Internet: http://www.apawood.org

ARCHITECTURAL WOODWORK INSTITUTE (AWI)46179 Westlake Drive, Suite 120Potomac Falls, VA 20165Ph: 571-323-3636Fax: 571-323-3630E-mail: [email protected]: http://www.awinet.org

ASME INTERNATIONAL (ASME)Two Park Avenue, M/S 10ENew York, NY 10016-5990Ph: 800-843-2763Fax: 973-882-1717E-mail: [email protected]: http://www.asme.org

ASPHALT INSTITUTE (AI)2696 Research Park DriveLexington, KY 40511-8480Ph: 859-288-4960Fax: 859-288-4999E-mail: [email protected]: http://www.asphaltinstitute.org

ASPHALT ROOFING MANUFACTURER'S ASSOCIATION (ARMA)750 National Press Building529 14th Street, NWWashington D.C. 20045Ph: 202-591-2450

SECTION 01 42 00 Page 6

Page 442: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Fax: 202-591-2445Internet: http://www.asphaltroofing.org

ASSOCIATED AIR BALANCE COUNCIL (AABC)1518 K Street, NWWashington, DC 20005Ph: 202-737-0202Fax: 202-638-4833E-mail: [email protected]: http://www.aabc.com/

ASSOCIATION OF EDISON ILLUMINATING COMPANIES (AEIC)600 North 18th StreetP.O. Box 2641Birmingham, AL 35291-0992Ph: 205-257-3839E-Mail: [email protected]: http://www.aeic.org

ASSOCIATION OF THE WALL AND CEILING INDUSTRY (AWCI)513 West Broad Street, Suite 210Falls Church, VA 22046Ph: 703-538-1600Fax: 703-534-8307E-mail: [email protected]: http://www.awci.org

ASTM INTERNATIONAL (ASTM)100 Barr Harbor Drive, P.O. Box C700West Conshohocken, PA 19428-2959Ph: 877-909-2786Internet: http://www.astm.org

BAY AREA AIR QUALITY MANAGEMENT DISTRICT (Bay Area AQMD)939 Ellis StreetSan Francisco, CA 94109Ph: 415-771-6000Fax: 415-928-8560E-Mail: [email protected]: http://www.baaqmd.gov/

BUILDERS HARDWARE MANUFACTURERS ASSOCIATION (BHMA)355 Lexington Avenue, 15th FloorNew York, NY 10017Ph: 212-297-2122Fax: 212-370-9047Internet: http://www.buildershardware.com

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

CAST IRON SOIL PIPE INSTITUTE (CISPI)3008 Preston Station DriveHixson, TN 37343Ph: 423-842-2122

SECTION 01 42 00 Page 7

Page 443: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Internet: http://www.cispi.org

CEILINGS AND INTERIOR SYSTEMS CONSTRUCTION ASSOCIATION (CISCA)1010 Jorie Blvd, Suite 30 Oak Brook, IL 60523Ph: 630-584-1919Fax: 866-560-8537E-mail: [email protected]: http://www.cisca.org

COMPOSITE PANEL ASSOCIATION (CPA)19465 Deerfield Avenue, Suite 306Leesburg, VA 20176Ph: 703-724-1128Fax: 703-724-1588Internet: http://www.compositepanel.org/

COMPRESSED GAS ASSOCIATION (CGA)14501 George Carter Way, Suite 103Chantilly, VA 20151-1788Ph: 703-788-2700Fax: 703-961-1831E-mail: [email protected]: http://www.cganet.com

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

CONSUMER ELECTRONICS ASSOCIATION (CEA)1919 South Eads St.Arlington, VA 22202Ph: 866-858-1555 or 703-907-7634Fax: 866-858-2555 or 703-907-7693E-mail: [email protected]: http://www.CE.org

COPPER DEVELOPMENT ASSOCIATION (CDA)Internet: http://www.copper.org

CSA GROUP (CSA)178 Rexdale Blvd.Toronto, ON, Canada M9W 1R3Ph: 416-747-4044Fax: 416-747-2510E-mail: [email protected]: http://www.csagroup.org/us/en/home

ELECTRICAL GENERATING SYSTEMS ASSOCIATION (EGSA)1650 South Dixie Highway, Suite 400Boca Raton, FL 33432-7462Ph: 561-750-5575Fax: 561-395-8557Internet: http://www.egsa.org

SECTION 01 42 00 Page 8

Page 444: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

ELECTROSTATIC DISCHARGE ASSOCIATION (ESD)7900 Turin Road, Building 3Rome, NY 13440-2069Ph: 315-339-6937Fax: 315-339-6793E-mail: [email protected]://www.esda.org/

EXPANSION JOINT MANUFACTURERS ASSOCIATION (EJMA)25 North BroadwayTarrytown, NY 10591Fax: 914-332-1541E-mail: [email protected]: http://www.ejma.org

FLUID CONTROLS INSTITUTE (FCI)1300 Sumner AvenueCleveland, OH 44115Ph: 216-241-7333Fax: 216-241-0105E-mail: [email protected]: www.fluidcontrolsinstitute.org

FM GLOBAL (FM)270 Central AvenueP.O. Box 7500Johnston, RI 02919-4923Ph: 877-364-6726Fax: 401-275-3029E-mail: [email protected]: http://www.fmglobal.com

FOREST STEWARDSHIP COUNCIL (FSC)212 Third Avenue North Suite 445Minneapolis, MN 55401Ph: 612-353-4511E-mail: [email protected]: https://us.fsc.org/

FOUNDATION FOR CROSS-CONNECTION CONTROL AND HYDRAULIC RESEARCH (FCCCHR)University of South CaliforniaResearch Annex 2193716 South Hope StreetLos Angeles, CA 90089-7700Ph: 213-740-2032 or 866-545-6340Fax: 213-740-8399E-mail: [email protected]: http://www.usc.edu/dept/fccchr

GLASS ASSOCIATION OF NORTH AMERICA (GANA)800 SW Jackson St., Suite 1500Topeka, KS 66612-1200Ph: 785-271-0208E-mail: [email protected]: http://www.glasswebsite.com

SECTION 01 42 00 Page 9

Page 445: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

GREEN SEAL (GS)1001 Connecticut Avenue, NWSuite 827Washington, DC 20036-5525Ph: 202-872-6400Fax: 202-872-4324Internet: http://www.greenseal.org

GYPSUM ASSOCIATION (GA)6525 Belcrest Road, Suite 480Hyattsville, MD 20782Ph: 301-277-8686Fax: 301-277-8747E-mail: [email protected]: http://www.gypsum.org

HARDWOOD PLYWOOD AND VENEER ASSOCIATION (HPVA)1825 Michael Faraday Dr.Reston, VA 20190Ph: 703-435-2900Fax: 703-435-2537E-mail: [email protected]: http://www.hpva.org

HYDRAULIC INSTITUTE (HI)6 Campus Drive, First Floor NorthParsippany, NJ 07054-4406Ph: 973-267-9700Fax: 973-267-9055Internet: http://www.pumps.org

ICC EVALUATION SERVICE, INC. (ICC-ES)3060 Saturn Street, Suite 100Brea, CA 92821Ph: 800-423-6587 ext. 66546Fax: 562-695-4694E-mail: [email protected]: http://www.icc-es.org

ILLUMINATING ENGINEERING SOCIETY (IES)120 Wall Street, 17th FloorNew York, NY 10005-4001Ph: 212-248-5000Fax: 212-248-5018E-mail: [email protected]: http://www.IES.org

INSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS (IEEE)445 and 501 Hoes LanePiscataway, NJ 08854-4141Ph: 732-981-0060 or 800-701-4333Fax: 732-562-9667E-mail: [email protected]: http://www.ieee.org

INSULATING GLASS MANUFACTURERS ALLIANCE (IGMA)27 N. Wacker Dr. Suite 365Chicago, IL 60606-2800Ph: 613-233-1510

SECTION 01 42 00 Page 10

Page 446: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Fax: 613-482-9436E-mail: [email protected]: http://www.igmaonline.org

INTERNATIONAL ASSOCIATION OF PLUMBING AND MECHANICAL OFFICIALS (IAPMO)4755 E. Philadelphia St.Ontario, CA 91761Ph: 909-472-4100Fax: 909-472-4150E-mail: [email protected]: http://www.iapmo.org

INTERNATIONAL CODE COUNCIL (ICC)500 New Jersey Avenue, NW 6th Floor, Washington, DC 20001Ph: 800-786-4452 or 888-422-7233E-mail: [email protected]: www.iccsafe.org

INTERNATIONAL ELECTRICAL TESTING ASSOCIATION (NETA)3050 Old Centre Ave. Suite 102Portage, MI 49024Ph: 269-488-6382Internet: http://www.netaworld.org

INTERNATIONAL ELECTROTECHNICAL COMMISSION (IEC)3, rue de VarembeP.O. Box 131CH-1211 Geneva 20, SwitzerlandPh: 41-22-919-02-11Fax: 41-22-919-03-00Internet: http://www.iec.ch

INTERNATIONAL ORGANIZATION FOR STANDARDIZATION (ISO)1, ch. de la Voie-CreuseCase Postale 56CP 56 - CH-1211 Geneva 20SwitzerlandPh: 41-22-749-01-11Fax: 41-22-733-34-30E-mail: [email protected]: http://www.iso.org

INTERNATIONAL SAFETY EQUIPMENT ASSOCIATION (ISEA)1901 North Moore StreetArlington, VA 22209-1762Ph: 703-525-1695Fax: 703-528-2148Internet: http://www.safetyequipment.org/

L.H. BAILEY HORTORIUM (LHBH)Dept of Plant Biologyc/o Cornell University 440 Mann Library BuildingIthaca, NY 14853Ph: 607-255-1052Fax: 607-254-5407Internet: http://plantbio.cals.cornell.edu/hortorium

SECTION 01 42 00 Page 11

Page 447: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

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

MANUFACTURERS STANDARDIZATION SOCIETY OF THE VALVE AND FITTINGS INDUSTRY (MSS)127 Park Street, NEVienna, VA 22180-4602Ph: 703-281-6613E-mail: [email protected]: http://mss-hq.org/Store/index.cfm

MARBLE INSTITUTE OF AMERICA (MIA)380 E. Lorain StreetOberlin, OH 44074Ph: 440-250-9222Fax: 440-774-9222E-mail: [email protected]: http://www.marble-institute.com

MASTER PAINTERS INSTITUTE (MPI)2800 Ingleton AvenueBurnaby, BC CANADA V5C 6G7Ph: 1-888-674-8937Fax: 1-888-211-8708E-mail: [email protected] or [email protected]: http://www.mpi.net/

METAL BUILDING MANUFACTURERS ASSOCIATION (MBMA)1300 Sumner AvenueCleveland, OH 44115-2851Ph: 216-241-7333Fax: 216-241-0105E-mail: [email protected]: http://www.mbma.com

MIDWEST INSULATION CONTRACTORS ASSOCIATION (MICA)16712 Elm CircleOmaha, NE 68130Ph: 800-747-6422Fax: 402-330-9702Internet: http://www.micainsulation.org

NACE INTERNATIONAL (NACE)Houston, TX 77084-4906Ph: 281-228-6223Fax: 281-228-6300E-mail: [email protected]: http://www.nace.org

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA)

Superintendent of Documents atU.S. Government Printing Office732 North Capitol Street, NW

SECTION 01 42 00 Page 12

Page 448: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Washington, DC 20401-0001Ph: 202-783-3238Fax: 202-512-1800E-mail: [email protected]: http://www.nasa.gov or http://www.gpoaccess.gov

NATIONAL ASSOCIATION OF ARCHITECTURAL METAL MANUFACTURERS (NAAMM)800 Roosevelt Road, Bldg C, Suite 312Glen Ellyn, IL 60137Ph: 630-942-6591Fax: 630-790-3095E-mail: [email protected](Wes Lewis,technical consultant)Internet: http://www.naamm.org

NATIONAL BOARD OF BOILER AND PRESSURE VESSEL INSPECTORS (NBBI)1055 Crupper AvenueColumbus, OH 43229-1183Ph: 614-888-8320Fax: 614-888-0750E-mail: [email protected]: http://www.nationalboard.org

NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA)1300 North 17th Street, Suite 900Arlington, VA 22209Ph: 703-841-3200Internet: http://www.nema.org/

NATIONAL ELEVATOR INDUSTRY, INC. (NEII)1677 County Route 64P.O. Box 838Salem, New York 12865-0838Ph: 518-854-3100Fax: 518-854-3257 E-Mail: [email protected]: http://www.neii.org/index.cfm

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

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

NATIONAL HARDWOOD LUMBER ASSOCIATION (NHLA)6830 Raleigh LaGrange RoadPO Box 34518Memphis, TN 38184Ph: 901-377-1818Store: 901-399-7563Internet: http://www.nhla.org

SECTION 01 42 00 Page 13

Page 449: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

NATIONAL INSTITUTE FOR CERTIFICATION IN ENGINEERING TECHNOLOGIES (NICET)1420 King StreetAlexandria, VA 22314-2794Ph: 888-476-4238 (1-888 IS-NICET)E-mail: [email protected]: http://www.nicet.org

NATIONAL INSTITUTE FOR OCCUPATIONAL SAFETY AND HEALTH (NIOSH)395 E Street, S.W.Suite 9200Patriots Plaza BuildingWashington, DC 20201Ph: 800-232-4636Fax: 513-533-8347E-mail: [email protected]: http://www.cdc.gov/niosh/

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY (NIST)100 Bureau DriveStop 1070Gaithersburg, MD 20899-1070Ph: 301-975-NIST (6478)E-mail: [email protected]: http://www.nist.gov

NATIONAL READY MIXED CONCRETE ASSOCIATION (NRMCA)Manager, Customer Service900 Spring StreetSilver Spring, MD 20910Ph: 240-485-1165E-mail: [email protected] (Jacques Jenkins)Internet: http://www.nrmca.org

NATIONAL ROOFING CONTRACTORS ASSOCIATION (NRCA)10255 West Higgins Road, Suite 600Rosemont, IL 60018-5607Ph: 866-275-6722 (866-ASK-NRCA)Fax: 847-299-1183E-mail: [email protected]: http://www.nrca.net

NORTH CAROLINA DEPARTMENT OF TRANSPORTATION (NCDOT)Transportation Building1 S. Wilmington St.Raleigh, NC 27601Ph: 1-877-368-4968Internet: http://www.ncdot.gov

NORTHEASTERN LUMBER MANUFACTURERS ASSOCIATION (NELMA)272 Tuttle RoadCumberland, ME 04021Ph: 207-829-6901Fax: 207-829-4293E-mail: [email protected]: http://www.nelma.org

SECTION 01 42 00 Page 14

Page 450: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

NSF INTERNATIONAL (NSF)789 North Dixboro RoadP.O. Box 130140Ann Arbor, MI 48105Ph: 734-769-8010 or 800-NSF-MARKFax: 734-769-0109E-mail: [email protected]: http://www.nsf.org

ORGANISATION FOR ECONOMIC CO-OPERATION AND DEVELOPMENT (OECD)2, rue Andre Pascal75775 Paris Cedex 16, FrancePh: + 33 1 45 24 82 00Fax: 33 1 45 24 85 00Internet: http://www.oecd.orgU.S. Contact CenterOECD Washington Center2001 L Street, NW, Suite 650Washington, DC 20036-4922Ph: 202-785-6323Fax: 202-785-0350E-mail: [email protected]

PLASTIC PIPE AND FITTINGS ASSOCIATION (PPFA)800 Roosevelt RoadBuilding C, Suite 312Glen Ellyn, IL 60137Ph: 630-858-6540Fax: 630-790-3095Internet: http://www.ppfahome.org

PLUMBING AND DRAINAGE INSTITUTE (PDI)800 Turnpike Street, Suite 300North Andover, MA 01845Ph: 978-557-0720 or 800-589-8956E-Mail: [email protected]: http://www.pdionline.org

REDWOOD INSPECTION SERVICE (RIS) OF THE CALIFORNIA REDWOOD ASSOCIATION (CRA)818 Grayson Road, Suite 201 Pleasant Hill, CA 94523Ph: 925-935-1499Fax: 925-935-1496E-Mail: [email protected]: http://www.redwoodinspection.com/

SCIENTIFIC CERTIFICATION SYSTEMS (SCS)2000 Powell Street, Suite 600Emeryville, CA 94608Ph: 800-326-3228E-mail: info@SCSglobal services.comInternet: http://www.scsglobalservices.com/

SHEET METAL AND AIR CONDITIONING CONTRACTORS' NATIONAL ASSOCIATION (SMACNA)4201 Lafayette Center DriveChantilly, VA 20151-1219Ph: 703-803-2980

SECTION 01 42 00 Page 15

Page 451: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Fax: 703-803-3732Internet: http://www.smacna.org

SINGLE PLY ROOFING INDUSTRY (SPRI)411 Waverley Oaks Road, Suite 331BWaltham, MA 02452Ph: 781-647-7026Fax: 781-647-7222E-mail: [email protected]: http://www.spri.org

SOCIETY FOR PROTECTIVE COATINGS (SSPC)40 24th Street, 6th FloorPittsburgh, PA 15222Ph: 412-281-2331Fax: 412-281-9992E-mail: [email protected]: http://www.sspc.org

SOCIETY OF AUTOMOTIVE ENGINEERS INTERNATIONAL (SAE)400 Commonwealth DriveWarrendale, PA 15096Ph: 724-776-4970Fax: 877-606-7323E-mail: [email protected]: http://www.sae.org

SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT (SCAQMD)21865 Copley DriveDiamond Bar, CA 91765Ph: 909-396-2000E-mail: [email protected]: http://www.aqmd.gov

SOUTHERN PINE INSPECTION BUREAU (SPIB)P.O. Box 10915Pensacola, FL 32504-0915Ph: 850-434-2611Fax: 850-433-5594Internet: http://www.spib.org

STEEL DECK INSTITUTE (SDI)P.O. Box 426Glenshaw, PA 15116Ph: 412.487.3325Fax: 412.487.3326E-mail: [email protected]: http://www.sdi.org

STEEL DOOR INSTITUTE (SDI/DOOR)30200 Detroit RoadWestlake, OH 44145Ph: 440-899-0010Fax: 440-892-1404E-mail: [email protected]: http://www.steeldoor.org

STEEL JOIST INSTITUTE (SJI)234 W. Cheves Street

SECTION 01 42 00 Page 16

Page 452: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Florence, SC 29501Ph: 843-407-4091Internet: http://www.steeljoist.org

TECHNICAL ASSOCIATION OF THE PULP AND PAPER INDUSTRY (TAPPI)15 Technology Parkway South, Suite 115Peachtree Corners, GA 30092Ph: 800-322-8686 or 770-446-1400Fax: 770-446-6947E-mail: [email protected]: http://www.tappi.org

TELECOMMUNICATIONS INDUSTRY ASSOCIATION (TIA)1320 N. Courthouse Rd., Suite 200Arlington, VA 22201Ph: 703-907-7700Fax: 703-907-7727Internet: http://www.tiaonline.org

THE MASONRY SOCIETY (TMS)105 South Sunset Street, Suite QLongmont, CO 80501-9215Ph: 303-939-9700Fax: 303-541-9215E-mail: [email protected]://www.masonrysociety.org

TILE COUNCIL OF NORTH AMERICA (TCNA)100 Clemson Research BoulevardAnderson, SC 29625Ph: 864-646-8453Fax: 864-646-2821E-mail: [email protected]: http://www.tcnatile.com/

TREE CARE INDUSTRY ASSOCIATION (TCIA)136 Harvey Road, Suite 101Londonderry, NH 03053Ph: 603-314-5380Fax: 603-314-5386Internet: http://tcia.org/

TURFGRASS PRODUCERS INTERNATIONAL (TPI)2 East Main StreetEast Dundee, IL 60118Ph: 847-649-5555Fax: 847-649-5678E-mail: [email protected]: http://www.turfgrasssod.org

U.S. AIR FORCE (USAF)Air Force Publishing Distribution CenterPh: 202-404-2438Internet: http://www.e-publishing.af.mil/

U.S. ARMY CORPS OF ENGINEERS (USACE)CRD-C DOCUMENTS available on Internet: http://www.wbdg.org/ccb/browse_cat.php?c=68Order Other Documents from:USACE Publications Depot

SECTION 01 42 00 Page 17

Page 453: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Attn: CEHEC-IM-PD2803 52nd AvenueHyattsville, MD 20781-1102Ph: 301-394-0081Fax: 301-394-0084E-mail: [email protected]: http://www.publications.usace.army.mil/ or http://www.hnc.usace.army.mil/Missions/Engineering/TECHINFO.aspx

U.S. DEFENSE LOGISTICS AGENCY (DLA)

Fort Belvoir, VA

Internet: http://www.dla.mil

U.S. DEPARTMENT OF AGRICULTURE (USDA)Order AMS Publications from:AGRICULTURAL MARKETING SERVICE (AMS)Seed Regulatory and Testing Branch801 Summit Crossing Place, Suite CGastonia, NC 28054-2193Ph: 704-810-8871Fax: 704-852-4189E-mail: [email protected]: http://www.ams.usda.gov/lsg/seed.htmOrder Other Publications from:U.S. Department of Agriculture, Rural Utilities ProgramUSDA Rural Development, Room 4051-S Mail Stop 1510 1400 Independence Avenue SW Washington, DC 20250-1510 Phone: (202) 720-9540 TTY: (800) 877-8339 (Federal Relay Service) Fax: (202) 720-1725Internet: http://www.rurdev.usda.gov/utilities_lp.html

U.S. DEPARTMENT OF DEFENSE (DOD)Order DOD Documents from:Room 3A750-The Pentagon1400 Defense PentagonWashington, DC 20301-1400Ph: 703-571-3343FAX: 215-697-1462E-mail: [email protected]: http://www.ntis.govObtain Military Specifications, Standards and Related Publications from:Acquisition Streamlining and Standardization Information System (ASSIST)Department of Defense Single Stock Point (DODSSP)Document Automation and Production Service (DAPS)Building 4/D700 Robbins AvenuePhiladelphia, PA 19111-5094Ph: 215-697-6396 - for account/password issuesInternet: http://assist.daps.dla.mil/online/start/; account registration requiredObtain Unified Facilities Criteria (UFC) from:

SECTION 01 42 00 Page 18

Page 454: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Whole Building Design Guide (WBDG)National Institute of Building Sciences (NIBS)1090 Vermont Avenue NW, Suite 700Washington, CD 20005Ph: 202-289-7800Fax: 202-289-1092Internet: http://www.wbdg.org/references/docs_refs.php

U.S. DEPARTMENT OF ENERGY (DOE)1000 Independence Avenue SouthwestWashington, D.C. 20585Internet: www.eere.energy.gov

U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT (HUD)HUD UserP.O. Box 23268Washington, DC 20026-3268Ph: 800-245-2691 or 202-708-3178TDD: 800-927-7589Fax: 202-708-9981Internet: http://www.huduser.org

U.S. ENVIRONMENTAL PROTECTION AGENCY (EPA)Ariel Rios Building1200 Pennsylvania Avenue, N.W.Washington, DC 20004Ph: 202-272-0167Internet: http://www2.epa.gov/libraries--- Some EPA documents are available only from: National Technical Information Service (NTIS)5301 Shawnee RoadAlexandria, VA 22312Ph: 703-605-6050 or 1-688-584-8332Fax: 703-605-6900E-mail: [email protected]: http://www.ntis.gov

U.S. FEDERAL AVIATION ADMINISTRATION (FAA)Order for sale documents from:Superintendent of DocumentsU.S. Government Printing Office (GPO)710 North Capitol Street, NWWashington, DC 20401Ph: 202-512-1800Fax: 202-512-2104E-mail: [email protected]: http://www.gpoaccess.govOrder free documents from:Federal Aviation AdministrationDepartment of Transportation800 Independence Avenue, SWWashington, DC 20591Ph: 1-866-835-5322Internet: http://www.faa.gov

U.S. FEDERAL COMMUNICATIONS COMMISSION (FCC)445 12th Street SWWashington, DC 20554Ph: 888-225-5322

SECTION 01 42 00 Page 19

Page 455: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

TTY: 888-835-5322 Fax: 866-418-0232Internet: http://www.fcc.govOrder Publications From:Superintendent of DocumentsU.S. Government Printing Office (GPO)710 North Capitol Street, NWWashington, DC 20401-0001Ph: 202-512-1800Fax: 866-418-0232E-mail: [email protected]: http://www.gpoaccess.gov/

U.S. FEDERAL HIGHWAY ADMINISTRATION (FHWA)FHWA, Office of Safety 1200 New Jersey Ave., SEWashington, DC 20590Ph: 202-366-4000Internet: http://www.fhwa.dot.govOrder from:Superintendent of DocumentsU. S. Government Printing Office (GPO)710 North Capitol Street, NWWashington, DC 20401Ph: 202-512-1800Fax: 202-512-2104E-mail: [email protected]: http://www.gpoaccess.gov

U.S. GENERAL SERVICES ADMINISTRATION (GSA)General Services Administration1275 First St. NEWashington, DC 20417Ph: 202-501-1231Internet: http://www.gsaelibrary.gsa.gov/ElibMain/home.doObtain documents from:Acquisition Streamlining and Standardization Information System (ASSIST)Internet: https://assist.dla.mil/online/start/; account registration required

U. S. GREEN BUILDING COUNCIL (USGBC)2101 L St NW, Suite 500Washington, D.C. 20037Ph: 800-795-1747Internet: http://www.usgbc.org

U.S. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION (NARA)8601 Adelphi Road College Park, MD 20740-6001Ph: 866-272-6272Fax: 301-837-0483Internet: http://www.archives.govOrder documents from:Superintendent of DocumentsU.S.Government Printing Office (GPO)710 North Capitol Street, NWWashington, DC 20401Ph: 202-512-1800

SECTION 01 42 00 Page 20

Page 456: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Fax: 202-512-2104E-mail: [email protected]: http://www.gpoaccess.gov

UL ENVIRONMENT (ULE)2211 Newmarket Parkway, Suite 106Marietta, GA 30067Ph: 770-933-0638Fax: 770-980-0072E-mail: [email protected]: http://www.ul.com/environment

UNDERWRITERS LABORATORIES (UL)2600 N.W. Lake RoadCamas, WA 98607-8542Ph: 877-854-3577E-mail: [email protected]: http://www.ul.com/UL Directories available through IHS at http://www.ihs.com

UNI-BELL PVC PIPE ASSOCIATION (UBPPA)2711 LBJ Freeway, Suite 1000Dallas, TX 75234Ph: 972-243-3902Fax: 972-243-3907E-mail: [email protected]: http://www.uni-bell.org

WEST COAST LUMBER INSPECTION BUREAU (WCLIB)P.O. Box 23145Portland, OR 97281Ph: 503-639-0651Fax: 503-684-8928E-mail: [email protected]: http://www.wclib.org

WESTERN WOOD PRODUCTS ASSOCIATION (WWPA)1500 SW First Ave., Suite 870Portland, OR 97201 Ph: 503-224-3930Fax: 503-224-3934E-mail: [email protected]: http://www.wwpa.org

WINDOW AND DOOR MANUFACTURERS ASSOCIATION (WDMA)330 N Wabash Avenue, Suite 2000Chicago, IL 60611Ph: 312-321-6802E-mail: [email protected]: http://www.wdma.com

PART 2 PRODUCTS

Not used

PART 3 EXECUTION

Not used

SECTION 01 42 00 Page 21

Page 457: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

-- End of Section --

SECTION 01 42 00 Page 22

Page 458: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 45 00.00 10

QUALITY CONTROL

02/10

PART 1 GENERAL

1.1 REFERENCES 1.2 PAYMENT 1.3 SUBMITTALS

PART 2 PRODUCTS

PART 3 EXECUTION

3.1 GENERAL REQUIREMENTS 3.2 QUALITY CONTROL PLAN 3.2.1 Content of the CQC Plan 3.2.2 Acceptance of Plan 3.2.3 Notification of Changes 3.3 COORDINATION MEETING 3.4 QUALITY CONTROL ORGANIZATION 3.4.1 Personnel Requirements 3.4.2 CQC System Manager 3.4.3 CQC Personnel 3.4.4 Additional Requirement 3.4.5 Organizational Changes 3.5 SUBMITTALS AND DELIVERABLES 3.6 CONTROL 3.6.1 Preparatory Phase 3.6.2 Initial Phase 3.6.3 Follow-up Phase 3.6.4 Additional Preparatory and Initial Phases 3.7 TESTS 3.7.1 Testing Procedure 3.7.2 Testing Laboratories 3.7.2.1 Capability Check 3.7.2.2 Capability Recheck 3.7.3 Onsite Laboratory 3.8 COMPLETION INSPECTION 3.8.1 Punch-Out Inspection 3.8.2 Pre-Final Inspection 3.8.3 Final Acceptance Inspection 3.9 DOCUMENTATION 3.10 SAMPLE FORMS 3.11 NOTIFICATION OF NONCOMPLIANCE

ATTACHMENTS:

Sample forms

SECTION 01 45 00.00 10 Page 1

Page 459: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

-- End of Section Table of Contents --

SECTION 01 45 00.00 10 Page 2

Page 460: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 45 00.00 10

QUALITY CONTROL02/10

PART 1 GENERAL

1.1 REFERENCES

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

ASTM INTERNATIONAL (ASTM)

ASTM D3740 (2012a) Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction

ASTM E329 (2014a) Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction

1.2 PAYMENT

Separate payment will not be made for providing and maintaining an effective Quality Control program. Include all associated costs in the applicable Bid Schedule item.

1.3 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for Contractor Quality Control approval. Submittals with an "S" are for inclusion in the Sustainability Notebook, in conformance to Section 01 33 29 SUSTAINABILITY REPORTING. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Contractor Quality Control (CQC) Plan; G

SD-06 Test Reports

Verification Statement

PART 2 PRODUCTS

Not Used

SECTION 01 45 00.00 10 Page 3

Page 461: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

PART 3 EXECUTION

3.1 GENERAL REQUIREMENTS

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

3.2 QUALITY CONTROL PLAN

Submit no later than 15 days after receipt of notice to proceed, the Contractor Quality Control (CQC) Plan proposed to implement the requirements of the Contract Clause titled "Inspection of Construction." The Government will consider an interim plan for the operation. Construction will be permitted to begin only after acceptance of the CQC Plan or acceptance of an interim plan applicable to the particular feature of work to be started. Work outside of the accepted interim plan will not be permitted to begin until acceptance of a CQC Plan or another interim plan containing the additional work.

3.2.1 Content of the CQC Plan

Include, as a minimum, the following to cover all construction operations, both onsite and offsite, including work by subcontractors, fabricators, suppliers, and purchasing agents:

a. A description of the quality control organization, including a chart showing lines of authority and acknowledgment that the CQC staff will implement the three phase control system for all aspects of the work specified. Include a CQC System Manager who reports to the project superintendent.

b. The name, qualifications (in resume format), duties, responsibilities, and authorities of each person assigned a CQC function.

c. A copy of the letter to the CQC System Manager signed by an authorized official of the firm which describes the responsibilities and delegates sufficient authorities to adequately perform the functions of the CQC System Manager, including authority to stop work which is not in compliance with the contract. Letters of direction to all other various quality control representatives outlining duties, authorities, and responsibilities will be issued by the CQC System Manager.

d. Procedures for scheduling, reviewing, certifying, and managing submittals, including those of subcontractors, offsite fabricators, suppliers, and purchasing agents. These procedures must be in accordance with Section 01 33 00 SUBMITTAL PROCEDURES.

SECTION 01 45 00.00 10 Page 4

Page 462: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

e. Control, verification, and acceptance testing procedures for each specific test to include the test name, specification paragraph requiring test, feature of work to be tested, test frequency, and person responsible for each test. (Laboratory facilities approved by the Contracting Officer must be used.)

f. Procedures for tracking preparatory, initial, and follow-up control phases and control, verification, and acceptance tests including documentation.

g. Procedures for tracking construction deficiencies from identification through acceptable corrective action. Establish verification procedures that identified deficiencies have been corrected.

h. Reporting procedures, including proposed reporting formats.

i. A list of the definable features of work. A definable feature of work is a task which is separate and distinct from other tasks, has separate control requirements, and may be identified by different trades or disciplines, or it may be work by the same trade in a different environment. Although each section of the specifications may generally be considered as a definable feature of work, there are frequently more than one definable features under a particular section. This list will be agreed upon during the coordination meeting.

j. Coordinate scheduled work with Special Inspections required by Section 01 45 35 SPECIAL INSPECTIONS, the Statement of Special Inspections and the Schedule of Special Inspections.

3.2.2 Acceptance of Plan

Acceptance of the Contractor's plan is required prior to the start of construction. Acceptance is conditional and will be predicated on satisfactory performance during the construction. The Government reserves the right to require the Contractor to make changes in his CQC Plan and operations including removal of personnel, as necessary, to obtain the quality specified.

3.2.3 Notification of Changes

After acceptance of the CQC Plan, notify the Contracting Officer in writing of any proposed change. Proposed changes are subject to acceptance by the Contracting Officer.

3.3 COORDINATION MEETING

After the Preconstruction Conference, before start of construction, and prior to acceptance by the Government of the CQC Plan, meet with the Contracting Officer and discuss the Contractor's quality control system. Submit the CQC Plan a minimum of 14 calendar days prior to the Coordination Meeting. During the meeting, a mutual understanding of the system details must be developed, including the forms for recording the CQC operations, control activities, testing, administration of the system for both onsite and offsite work, and the interrelationship of Contractor's Management and control with the Government's Quality Assurance. Minutes of the meeting will be prepared by the Government, signed by both the Contractor and the Contracting Officer and will become a part of the contract file. There may be occasions when subsequent conferences will be called by either party to reconfirm mutual understandings and/or address deficiencies in the CQC

SECTION 01 45 00.00 10 Page 5

Page 463: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

system or procedures which may require corrective action by the Contractor.

3.4 QUALITY CONTROL ORGANIZATION

3.4.1 Personnel Requirements

The requirements for the CQC organization are a Safety and Health Manager, CQC System Manager, and sufficient number of additional qualified personnel to ensure safety and contract compliance. The Safety and Health Manager must report directly to a senior project (or corporate) official independent from the CQC System Manager. The Safety and Health Manager will also serve as a member of the CQC Staff Personnel identified in the technical provisions as requiring specialized skills to assure the required work is being performed properly will also be included as part of the CQC organization. The Contractor's CQC staff must maintain a presence at the site at all times during progress of the work and have complete authority and responsibility to take any action necessary to ensure contract compliance. The CQC staff will be subject to acceptance by the Contracting Officer. Provide adequate office space, filing systems and other resources as necessary to maintain an effective and fully functional CQC organization. Promptly complete and furnish all letters, material submittals, shop drawing submittals, schedules and all other project documentation to the CQC organization. The CQC organization is responsible to maintain these documents and records at the site at all times, except as otherwise acceptable to the Contracting Officer.

3.4.2 CQC System Manager

Identify as CQC System Manager an individual within the onsite work organization who is responsible for overall management of CQC and have the authority to act in all CQC matters for the Contractor. The CQC System Manager must be a graduate engineer, graduate architect, or a graduate of construction management, with a minimum of 4 years construction experience on construction similar to this contract. This CQC System Manager must be on the site at all times during construction and be employed by the prime Contractor. The CQC System Manager must be assigned no other duties. Identify in the plan an alternate to serve in the event of the CQC System Manager's absence. The requirements for the alternate are the same as the CQC System Manager.

3.4.3 CQC Personnel

In addition to CQC personnel specified elsewhere in the contract, provide as part of the CQC organization specialized personnel to assist the CQC System Manager for the following areas: electrical, mechanical, civil, structural, materials technician, submittals clerk, Cx Agent/LEED Specialist. These individuals or specialized technical companies may be employees of the prime or subcontractor; be responsible to the CQC System Manager; be physically present at the construction site during work on their areas of responsibility; have the necessary education and/or experience in accordance with the experience matrix listed herein. These individuals must have no other duties other than quality control. A single person may cover more than one area provided that they are qualified to perform QC activities in each designated and that workload allows.

SECTION 01 45 00.00 10 Page 6

Page 464: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Experience Matrix

Area Qualifications

Civil Graduate Civil Engineer or Construction Manager with 2 years experience in the type of work being performed on this project or technician with 5 yrs related experience

Mechanical Graduate Mechanical Engineer with 2 yrs experience or person with 5 years of experience supervising mechanical features of work in the field with a construction company

Electrical Graduate Electrical Engineer with 2 years related experience or person 5 years of experience supervising electrical features of work in the field with a construction company

Structural Graduate Civil Engineer (with Structural Track or Focus) or Construction Manager with 2 years experience or person 5 years of experience supervising structural features of work in the field with a construction company

Environmental Graduate Environmental Engineer with 3 years experience

Submittals Submittal Clerk with 1 year experience

Concrete, Pavements and Soils

Materials Technician with 2 years experience for the appropriate area

Testing, Adjusting and Balancing (TAB) Personnel

Specialist must be a member of AABC or an experienced technician of the firm certified by the NEBB

3.4.4 Additional Requirement

In addition to the above experience and education requirements, the CQC System Manager must have completed the Construction Quality Management (CQM) for Contractors course. If the CQC System Manager does not have a current certification, obtain the CQM for Contractors course certification within 90 days of award. This course is periodically offered by the Naval Facilities Engineering Command and the Army Corps of Engineers. Contact the Contracting Officer for information on the next scheduled class.

The Construction Quality Management Training certificate expires after 5 years. If the CQC System Manager's certificate has expired, retake the course to remain current.

3.4.5 Organizational Changes

Maintain the CQC staff at full strength at all times. When it is necessary to make changes to the CQC staff, revise the CQC Plan to reflect the changes and submit the changes to the Contracting Officer for acceptance.

SECTION 01 45 00.00 10 Page 7

Page 465: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.5 SUBMITTALS AND DELIVERABLES

Submittals, if needed, must comply with the requirements in Section 01 33 00SUBMITTAL PROCEDURES. The CQC organization is responsible for certifying that all submittals and deliverables are in compliance with the contract requirements. When Section 01 91 00.00 37 COMMISSIONING are included in the contract, the submittals required by those sections must be coordinated with Section 01 33 00 SUBMITTAL PROCEDURES to ensure adequate time is allowed for each type of submittal required.

3.6 CONTROL

Contractor Quality Control is the means by which the Contractor ensures that the construction, to include that of subcontractors and suppliers, complies with the requirements of the contract. At least three phases of control must be conducted by the CQC System Manager for each definable feature of the construction work as follows:

3.6.1 Preparatory Phase

This phase is performed prior to beginning work on each definable feature of work, after all required plans/documents/materials are approved/accepted, and after copies are at the work site. This phase includes:

a. A review of each paragraph of applicable specifications, reference codes, and standards. Make available during the preparatory inspection a copy of those sections of referenced codes and standards applicable to that portion of the work to be accomplished in the field. Maintain and make available in the field for use by Government personnel until final acceptance of the work.

b. Review of the contract drawings.

c. Check to assure that all materials and/or equipment have been tested, submitted, and approved.

d. Review of provisions that have been made to provide required control inspection and testing.

e. Review Special Inspections required by Section 01 45 35 SPECIAL INSPECTIONS, the Statement of Special Inspections and the Schedule of Special Inspections.

f. Examination of the work area to assure that all required preliminary work has been completed and is in compliance with the contract.

g. Examination of required materials, equipment, and sample work to assure that they are on hand, conform to approved shop drawings or submitted data, and are properly stored.

h. Review of the appropriate activity hazard analysis to assure safety requirements are met.

i. Discussion of procedures for controlling quality of the work including repetitive deficiencies. Document construction tolerances and workmanship standards for that feature of work.

j. Check to ensure that the portion of the plan for the work to be performed has been accepted by the Contracting Officer.

SECTION 01 45 00.00 10 Page 8

Page 466: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

k. Discussion of the initial control phase.

l. The Government must be notified at least 48 hours in advance of beginning the preparatory control phase. Include a meeting conducted by the CQC System Manager and attended by the superintendent, other CQC personnel (as applicable), and the foreman responsible for the definable feature. Document the results of the preparatory phase actions by separate minutes prepared by the CQC System Manager and attach to the daily CQC report. Instruct applicable workers as to the acceptable level of workmanship required in order to meet contract specifications.

3.6.2 Initial Phase

This phase is accomplished at the beginning of a definable feature of work. Accomplish the following:

a. Check work to ensure that it is in full compliance with contract requirements. Review minutes of the preparatory meeting.

b. Verify adequacy of controls to ensure full contract compliance. Verify required control inspection and testing are in conpliance with the contract.

c. Establish level of workmanship and verify that it meets minimum acceptable workmanship standards. Compare with required sample panels as appropriate.

d. Resolve all differences.

e. Check safety to include compliance with and upgrading of the safety plan and activity hazard analysis. Review the activity analysis with each worker.

f. The Government must be notified at least 24 hours in advance of beginning the initial phase for definable feature of work. Prepare separate minutes of this phase by the CQC System Manager and attach to the daily CQC report. Indicate the exact location of initial phase for definable feature of work for future reference and comparison with follow-up phases.

g. The initial phase for definable feature of work should be repeated for each new crew to work onsite, or any time acceptable specified quality standards are not being met.

h. Coordinate scheduled work with Special Inspections required by Section 01 45 35 SPECIAL INSPECTIONS, the Statement of Special Inspections and the Schedule of Special Inspections.

3.6.3 Follow-up Phase

Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements, until completion of the particular feature of work. Record the checks in the CQC documentation. Conduct final follow-up checks and correct all deficiencies prior to the start of additional features of work which may be affected by the deficient work. Do not build upon nor conceal non-conforming work. Coordinate scheduled work with Special Inspections

SECTION 01 45 00.00 10 Page 9

Page 467: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

required by Section 01 45 35 SPECIAL INSPECTIONS, the Statement of Special Inspections and the Schedule of Special Inspections.

3.6.4 Additional Preparatory and Initial Phases

Conduct additional preparatory and initial phases on the same definable features of work if: the quality of on-going work is unacceptable; if there are changes in the applicable CQC staff, onsite production supervision or work crew; if work on a definable feature is resumed after a substantial period of inactivity; or if other problems develop.

3.7 TESTS

3.7.1 Testing Procedure

Perform specified or required tests to verify that control measures are adequate to provide a product which conforms to contract requirements. Upon request, furnish to the Government duplicate samples of test specimens for possible testing by the Government. Testing includes operation and/or acceptance tests when specified. Procure the services of a Corps of Engineers approved testing laboratory or establish an approved testing laboratory at the project site. Perform the following activities and record and provide the following data:

a. Verify that testing procedures comply with contract requirements.

b. Verify that facilities and testing equipment are available and comply with testing standards.

c. Check test instrument calibration data against certified standards.

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

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

3.7.2 Testing Laboratories

The listing of validated testing laboratories is available at http://gsl.erdc.usace.army.mil/SL/MTC/.

3.7.2.1 Capability Check

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

SECTION 01 45 00.00 10 Page 10

Page 468: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.7.2.2 Capability Recheck

If the selected laboratory fails the capability check, the Contractor will be assessed a charge to reimburse the Government for each succeeding recheck of the laboratory or the checking of a subsequently selected laboratory. Such costs will be deducted from the contract amount due the Contractor.

3.7.3 Onsite Laboratory

The Government reserves the right to utilize the Contractor's control testing laboratory and equipment to make assurance tests, and to check the Contractor's testing procedures, techniques, and test results at no additional cost to the Government.

3.8 COMPLETION INSPECTION

3.8.1 Punch-Out Inspection

Conduct an inspection of the work by the CQC System Manager near the end of the work, or any increment of the work established by a time stated in the SPECIAL CONTRACT REQUIREMENTS Clause, "Commencement, Prosecution, and Completion of Work", or by the specifications. Prepare and include in the CQC documentation a punch list of items which do not conform to the approved drawings and specifications, as required by paragraph DOCUMENTATION. Include within the list of deficiencies the estimated date by which the deficiencies will be corrected. Make a second inspection the CQC System Manager or staff to ascertain that all deficiencies have been corrected. Once this is accomplished, notify the Government that the facility is ready for the Government Pre-Final inspection.

3.8.2 Pre-Final Inspection

The Government will perform the pre-final inspection to verify that the facility is complete and ready to be occupied. A Government Pre-Final Punch List may be developed as a result of this inspection. Ensure that all items on this list have been corrected before notifying the Government, so that a Final inspection with the customer can be scheduled. Correct any items noted on the Pre-Final inspection in a timely manner. These inspections and any deficiency corrections required by this paragraph must be accomplished within the time slated for completion of the entire work or any particular increment of the work if the project is divided into increments by separate completion dates.

3.8.3 Final Acceptance Inspection

The Contractor's Quality Control Inspection personnel, plus the superintendent or other primary management person, and the Contracting Officer's Representative must be in attendance at the final acceptance inspection. Additional Government personnel including, but not limited to, those from Base/Post Civil Facility Engineer user groups, and major commands may also be in attendance. The final acceptance inspection will be formally scheduled by the Contracting Officer based upon results of the Pre-Final inspection. Notify the Contracting Officer at least 14 days prior to the final acceptance inspection and include the Contractor's assurance that all specific items previously identified to the Contractor as being unacceptable, along with all remaining work performed under the contract, will be complete and acceptable by the date scheduled for the

SECTION 01 45 00.00 10 Page 11

Page 469: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

final acceptance inspection. Failure of the Contractor to have all contract work acceptably complete for this inspection will be cause for the Contracting Officer to bill the Contractor for the Government's additional inspection cost in accordance with the contract clause titled "Inspection of Construction".

3.9 DOCUMENTATION

Maintain current records providing factual evidence that required quality control activities and/or tests have been performed. Include in these records the work of subcontractors and suppliers on an acceptable form that includes, as a minimum, the following information:

a. Contractor/subcontractor and their area of responsibility.

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

c. Work performed each day, giving location, description, and by whom. When Network Analysis (NAS) is used, identify each phase of work performed each day by NAS activity number.

d. Test and/or control activities performed with results and references to specifications/drawings requirements. Identify the control phase (Preparatory, Initial, Follow-up). List of deficiencies noted, along with corrective action.

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

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

g. Offsite surveillance activities, including actions taken.

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

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

j. Contractor's Verification Statement.

Indicate a description of trades working on the project; the number of personnel working; weather conditions encountered; and any delays encountered. Cover both conforming and deficient features and include a statement that equipment and materials incorporated in the work and workmanship comply with the contract. Furnish the original and one copy of these records in report form to the Government daily within 8 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, prepare and submit one report for every 7 days of no work and on the last day of a no work period. All calendar days must be accounted for throughout the life of the contract. The first report following a day of no work will be for that day only. Reports must be signed and dated by the CQC System Manager. Include copies of test reports and copies of reports prepared by all subordinate quality control personnel within the CQC System Manager Report.

SECTION 01 45 00.00 10 Page 12

Page 470: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

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. Take immediate corrective action after receipt of such notice. Such notice, when delivered to the Contractor at the work site, will be deemed sufficient for the purpose of notification. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to such stop orders will be made the subject of claim for extension of time or for excess costs or damages by the Contractor.

-- End of Section --

SECTION 01 45 00.00 10 Page 13

Page 471: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 45 00.10 10

QUALITY CONTROL SYSTEM (QCS)

02/10

PART 1 GENERAL

1.1 Contract Administration 1.1.1 Correspondence and Electronic Communications 1.1.2 Other Factors 1.2 QCS SOFTWARE 1.3 SYSTEM REQUIREMENTS 1.4 RELATED INFORMATION 1.4.1 QCS User Guide 1.4.2 Contractor Quality Control (CQC) Training 1.5 CONTRACT DATABASE 1.6 DATABASE MAINTENANCE 1.6.1 Administration 1.6.1.1 Contractor Information 1.6.1.2 Subcontractor Information 1.6.1.3 Correspondence 1.6.1.4 Equipment 1.6.1.5 Management Reporting 1.6.1.6 Request For Information (RFI) 1.6.2 Finances 1.6.2.1 Pay Activity Data 1.6.2.2 Payment Requests 1.6.3 Quality Control (QC) 1.6.3.1 Daily Contractor Quality Control (CQC) Reports. 1.6.3.2 Deficiency Tracking. 1.6.3.3 QC Requirements 1.6.3.4 Three-Phase Control Meetings 1.6.3.5 Labor and Equipment Hours 1.6.3.6 Accident/Safety Reporting 1.6.3.7 Features of Work 1.6.3.8 Hazard Analysis 1.6.4 Submittal Management 1.6.5 Schedule 1.6.6 Import/Export of Data 1.7 IMPLEMENTATION 1.8 DATA SUBMISSION VIA OPTICAL DISK 1.8.1 File Medium 1.8.2 Optical Disk Labels 1.8.3 File Names 1.9 MONTHLY COORDINATION MEETING 1.10 NOTIFICATION OF NONCOMPLIANCE

PART 2 PRODUCTS

PART 3 EXECUTION

SECTION 01 45 00.10 10 Page 1

Page 472: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

-- End of Section Table of Contents --

SECTION 01 45 00.10 10 Page 2

Page 473: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 45 00.10 10

QUALITY CONTROL SYSTEM (QCS)02/10

PART 1 GENERAL

1.1 Contract Administration

The Government will use the Resident Management System for Windows (RMS) to assist in its monitoring and administration of this contract. The Contractor must use the Government-furnished Construction Contractor Module of RMS, referred to as QCS, to record, maintain, and submit various information throughout the contract period. The Contractor module, user manuals, updates, and training information can be downloaded from the RMS web site (http://rms.usace.army.mil). This joint Government-Contractor use of RMS and QCS will facilitate electronic exchange of information and overall management of the contract. QCS provides the means for the Contractor to input, track, and electronically share information with the Government in the following areas:

AdministrationFinancesQuality ControlSubmittal MonitoringSchedulingImport/Export of Data

1.1.1 Correspondence and Electronic Communications

For ease and speed of communications, both Government and Contractor will, to the maximum extent feasible, exchange correspondence and other documents in electronic format. Correspondence, pay requests and other documents comprising the official contract record will also be provided in paper format, with signatures and dates where necessary. Paper documents will govern, in the event of discrepancy with the electronic version.

1.1.2 Other Factors

Particular attention is directed to Contract Clause, "Schedules for Construction Contracts", Contract Clause, "Payments", Section 01 32 01.00 10PROJECT SCHEDULE, Section 01 33 00 SUBMITTAL PROCEDURES, and Section 01 45 00.00 10 QUALITY CONTROL, which have a direct relationship to the reporting to be accomplished through QCS. Also, there is no separate payment for establishing and maintaining the QCS database; all costs associated therewith will be included in the contract pricing for the work.

1.2 QCS SOFTWARE

QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make available the QCS software to the Contractor after award of the construction contract. Prior to the Pre-Construction Conference, the Contractor will be responsible to download, install and use the latest version of the QCS software from the Government's RMS Internet Website. Upon specific justification and request by the Contractor, the Government can provide QCS on optical disk. Any

SECTION 01 45 00.10 10 Page 3

Page 474: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

program updates of QCS will be made available to the Contractor via the Government RMS Website as they become available.

1.3 SYSTEM REQUIREMENTS

The following is the minimum system configuration required to run QCS:

Minimum QCSSystem Requirements

Hardware

Windows-based PC 1000 MHz Pentium or higher processor

RAM 256+ MB for workstation / 512+ MB for server

Hard drive disk 1 GB space for sole use by the QCS system

Optical Disk (CD or DVD) Reader 8x speed or higher

Monitor SVGA or higher resolution (1024x768, 256 colors)

Mouse or other pointing device

Windows compatible printer Laser printer must have 4 MB+ of RAM

Connection to the Internet minimum 56k BPS

Software

MS Windows 2000, XP, Vista or Windows 7

Word Processing software MS Word 2000 or newer

Internet browser Netscape Navigator, Microsoft Internet Explorer, or other browser that supports HTML 4.0 or higher

Email MAPI compatible

Virus protection software regularly upgraded with all issued manufacturer's updates

1.4 RELATED INFORMATION

1.4.1 QCS User Guide

After contract award, download instructions for the installation and use of QCS from the Government RMS Internet Website. In case of justifiable difficulties, the Government will provide an optical disk (CD/DVD) containing these instructions.

1.4.2 Contractor Quality Control (CQC) Training

The use of QCS will be discussed with the QC System Manager during the mandatory CQC Training class.

SECTION 01 45 00.10 10 Page 4

Page 475: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.5 CONTRACT DATABASE

Prior to the pre-construction conference, the Government will provide the Contractor with basic contract award data to use for QCS. The Government will provide data updates to the Contractor as needed, generally by using the Government's SSH File Transfer Protocol (SFTP) repository built into QCS import/export function. These updates will generally consist of submittal reviews, correspondence status, QA comments, and other administrative and QA data.

1.6 DATABASE MAINTENANCE

Establish, maintain, and update data in the QCS database throughout the duration of the contract at the Contractor's site office. Submit data updates to the Government (e.g., daily reports, submittals, RFI's, schedule updates, payment requests, etc.) using the Government's SFTP repository built into QCS export function. If permitted by the Contracting Officer, email or optical disk may be used instead of QCS (see Paragraph DATA SUBMISSION VIA OPTICAL DISK). The QCS database typically includes current data on the following items:

1.6.1 Administration

1.6.1.1 Contractor Information

Contain within the database the Contractor's name, address, telephone numbers, management staff, and other required items. Within 14 calendar days of receipt of QCS software from the Government, deliver Contractor administrative data in electronic format.

1.6.1.2 Subcontractor Information

Contain within the database the name, trade, address, phone numbers, and other required information for all subcontractors. A subcontractor must be listed separately for each trade to be performed. Assign each subcontractor/trade a unique Responsibility Code, provided in QCS. Within 14 calendar days of receipt of QCS software from the Government, deliver subcontractor administrative data in electronic format.

1.6.1.3 Correspondence

Identify all Contractor correspondence to the Government with a serial number. Prefix correspondence initiated by the Contractor's site office with "S". Prefix letters initiated by the Contractor's home (main) office with "H". Letters must be numbered starting from 0001. (e.g., H-0001 or S-0001). The Government's letters to the Contractor will be prefixed with "C".

1.6.1.4 Equipment

Contain within the Contractor's QCS database a current list of equipment planned for use or being used on the jobsite, including the most recent and planned equipment inspection dates.

1.6.1.5 Management Reporting

QCS includes a number of reports that Contractor management can use to track the status of the project. The value of these reports is reflective of the quality of the data input, and is maintained in the various sections

SECTION 01 45 00.10 10 Page 5

Page 476: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

of QCS. Among these reports are: Progress Payment Request worksheet, QA/QC comments, Submittal Register Status, Three-Phase Control checklists.

1.6.1.6 Request For Information (RFI)

Exchange all Requests For Information (RFI) using the Built-in RFI generator and tracker in QCS.

1.6.2 Finances

1.6.2.1 Pay Activity Data

Include within the QCS database a list of pay activities that the Contractor must develop in conjunction with the construction schedule. The sum of all pay activities must be equal to the total contract amount, including modifications. Group pay activities Contract Line Item Number (CLIN); the sum of the activities must equal the amount of each CLIN. The total of all CLINs equals the Contract Amount.

1.6.2.2 Payment Requests

Prepare all progress payment requests using QCS. Complete the payment request worksheet, prompt payment certification, and payment invoice in QCS. Update the work completed under the contract, measured as percent or as specific quantities, at least monthly. After the update, generate a payment request report using QCS. Submit the payment request, prompt payment certification, and payment invoice with supporting data using the Government's SFTP repository built into QCS export function. If permitted by the Contracting Officer, email or a optical disk may be used. A signed paper copy of the approved payment request is also required, which will govern in the event of discrepancy with the electronic version.

1.6.3 Quality Control (QC)

QCS provides a means to track implementation of the 3-phase QC Control System, prepare daily reports, identify and track deficiencies, document progress of work, and support other Contractor QC requirements. Maintain this data on a daily basis. Entered data will automatically output to the QCS generated daily report. Provide the Government a Contractor Quality Control (CQC) Plan within the time required in Section 01 45 00.00 10 QUALITY CONTROL. Within seven calendar days of Government acceptance, submit a QCS update reflecting the information contained in the accepted CQC Plan: schedule, pay activities, features of work, submittal register, QC requirements, and equipment list.

1.6.3.1 Daily Contractor Quality Control (CQC) Reports.

QCS includes the means to produce the Daily CQC Report. The Contractor may use other formats to record basic QC data. However, the Daily CQC Report generated by QCS must be the Contractor's official report. Summarize data from any supplemental reports by the Contractor and consolidate onto the QCS-generated Daily CQC Report. Submit daily CQC Reports as required by Section 01 45 00.00 10 QUALITY CONTROL. Electronically submit reports to the Government within 24 hours after the date covered by the report. Also provide the Government a signed, printed copy of the daily CQC report.

1.6.3.2 Deficiency Tracking.

Use QCS to track deficiencies. Deficiencies identified by the Contractor

SECTION 01 45 00.10 10 Page 6

Page 477: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

will be numerically tracked using QC punch list items. Maintain a current log of its QC punch list items in the QCS database. The Government will log the deficiencies it has identified using its QA punch list items. The Government's QA punch list items will be included in its export file to the Contractor. Regularly update the correction status of both QC and QA punch list items.

1.6.3.3 QC Requirements

Develop and maintain a complete list of QC testing and required structural and life safety special inspections required by the International Code Council (ICC), transferred and installed property, and user training requirements in QCS. Update all data on these QC requirements as work progresses, and promptly provide this information to the Government via QCS.

1.6.3.4 Three-Phase Control Meetings

Maintain scheduled and actual dates and times of preparatory and initial control meetings in QCS.

1.6.3.5 Labor and Equipment Hours

Log labor and equipment exposure hours on a daily basis. This data will be rolled up into a monthly exposure report.

1.6.3.6 Accident/Safety Reporting

The Government will issue safety comments, directions, or guidance whenever safety deficiencies are observed. The Government's safety comments will be included in its export file to the Contractor. Regularly update the correction status of the safety comments. In addition, utilize QCS to advise the Government of any accidents occurring on the jobsite. This brief supplemental entry is not to be considered as a substitute for completion of mandatory reports, e.g., ENG Form 3394 and OSHA Form 300.

1.6.3.7 Features of Work

Include a complete list of the features of work in the QCS database. A feature of work may be associated with multiple pay activities. However, each pay activity (see subparagraph "Pay Activity Data" of paragraph "Finances") will only be linked to a single feature of work.

1.6.3.8 Hazard Analysis

Use QCS to develop a hazard analysis for each feature of work included in the CQC Plan. Address any hazards, or potential hazards, that may be associated with the work.

1.6.4 Submittal Management

The Government will provide the initial submittal register in electronic format. Thereafter, maintain a complete list of all submittals, including completion of all data columns. Dates on which submittals are received and returned by the Government will be included in its export file to the Contractor. Use QCS to track and transmit all submittals. ENG Form 4025, submittal transmittal form, and the submittal register update must be produced using QCS. QCS and RMS will be used to update, store and exchange submittal registers and transmittals, but will not be used for storage of actual submittals.

SECTION 01 45 00.10 10 Page 7

Page 478: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.6.5 Schedule

Develop a construction schedule consisting of pay activities, in accordance with Section 01 32 01.00 10 PROJECT SCHEDULE. Input and maintain in the QCS database this schedule either manually or by using the Standard Data Exchange Format (SDEF) (see Section 01 32 01.00 10 PROJECT SCHEDULE). Include with each pay request the updated schedule.

1.6.6 Import/Export of Data

QCS includes the ability to export Contractor data to the Government and to import submittal register and other Government-provided data from RMS, and schedule data using SDEF.

1.7 IMPLEMENTATION

Contractor use of QCS as described in the preceding paragraphs is mandatory. Ensure that sufficient resources are available to maintain its QCS database, and to provide the Government with regular database updates. QCS shall be an integral part of the Contractor's management of quality control.

1.8 DATA SUBMISSION VIA OPTICAL DISK

The Government-preferred method for Contractor's submission of QCS data is by using the Government's SFTP repository built into QCS export function. Other data should be submitted using email with file attachment(s). For locations where this is not feasible, the Contracting Officer may permit use of optical disk for data transfer. Export data onto optical disks using the QCS built-in export function. If used, submit optical disks in accordance with the following:

1.8.1 File Medium

Submit in English required data on optical disk conforming to industry standards used in the United States.

1.8.2 Optical Disk Labels

Affix a permanent exterior label to each optical disk submitted. Indicate on the label in English, the QCS file name, full contract number, contract name, project location, data date, name and telephone number of person responsible for the data.

1.8.3 File Names

The files will be automatically named by the QCS software. The naming convention established by the QCS software must not be altered.

1.9 MONTHLY COORDINATION MEETING

Update the QCS database each workday. At least monthly, generate and submit an export file to the Government with schedule update and progress payment request. As required in Contract Clause "Payments", at least one week prior to submittal, meet with the Government representative to review the planned progress payment data submission for errors and omissions.

Make all required corrections prior to Government acceptance of the export

SECTION 01 45 00.10 10 Page 8

Page 479: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

file and progress payment request. Payment requests accompanied by incomplete or incorrect data submittals will be returned. The Government will not process progress payments until an acceptable QCS export file is received.

1.10 NOTIFICATION OF NONCOMPLIANCE

The Contracting Officer will notify the Contractor of any detected noncompliance with the requirements of this specification. Take immediate corrective action after receipt of such notice. Such notice, when delivered to the Contractor at the work site, will be deemed sufficient for the purpose of notification.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

Not Used

-- End of Section --

SECTION 01 45 00.10 10 Page 9

Page 480: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 45 35

SPECIAL INSPECTIONS

02/15

PART 1 GENERAL

1.1 REFERENCES 1.2 GENERAL REQUIREMENTS 1.3 DEFINITIONS 1.3.1 Continuous Special Inspections 1.3.2 Periodic Special Inspections 1.3.3 Perform 1.3.4 Observe 1.3.5 Special Inspector (SI) 1.3.6 Associate Special Inspector (ASI) 1.3.7 Third Party 1.3.8 Special Inspector of Record (SIOR) 1.3.9 Contracting Officer 1.3.10 Contractor's Quality Control (QC) Manager 1.3.11 Designer of Record (DOR) 1.3.12 Statement of Special Inspections (SSI) 1.3.13 Schedule of Special Inspections 1.3.14 Designated Seismic System 1.4 SUBMITTALS 1.5 SPECIAL INSPECTOR QUALIFICATIONS 1.5.1 Steel Construction and High Strength Bolting 1.5.1.1 Special Inspector 1.5.1.2 Associate Special Inspector 1.5.2 Welding Structural Steel 1.5.2.1 Special Inspector 1.5.2.2 Associate Special Inspector 1.5.3 Nondestructive Testing of Welds 1.5.3.1 Special Inspector 1.5.3.2 Associate Special Inspector 1.5.4 Cold Formed Steel Framing 1.5.4.1 Special Inspector 1.5.4.2 Associate Special Inspector 1.5.5 Concrete Construction 1.5.5.1 Special Inspector 1.5.5.2 Associate Special Inspector 1.5.6 Masonry Construction 1.5.6.1 Special Inspector 1.5.6.2 Associate Special Inspector 1.5.7 Verification of Site Soil Condition, Fill Placement and

Load-Bearing Requirements 1.5.7.1 Special Inspector 1.5.7.2 Associate Special Inspector 1.5.8 Deep Foundations 1.5.8.1 Special Inspector 1.5.8.2 Associate Special Inspector

SECTION 01 45 35 Page 1

Page 481: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.5.9 Sprayed Fire Resistant Material 1.5.9.1 Special Inspector 1.5.9.2 Associate Special Inspector 1.5.10 Fire-Resistant Penetrations and Joints 1.5.10.1 Special Inspector 1.5.10.2 Associate Special Inspector 1.5.11 Smoke Control 1.5.11.1 Special Inspector 1.5.11.2 Associate Special Inspector 1.5.12 Special Inspector of Record (SIOR)

PART 2 PRODUCTS

2.1 FABRICATOR SPECIAL INSPECTIONS

PART 3 EXECUTION

3.1 RESPONSIBILITIES 3.1.1 Special Inspector of Record 3.1.2 Quality Control Manager 3.1.3 Special Inspectors 3.2 DEFECTIVE WORK

-- End of Section Table of Contents --

SECTION 01 45 35 Page 2

Page 482: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 45 35

SPECIAL INSPECTIONS02/15

PART 1 GENERAL

1.1 REFERENCES

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

AMERICAN SOCIETY OF CIVIL ENGINEERS (ASCE)

ASCE 7 (2010; Errata 2011; Supp 1 2013) Minimum Design Loads for Buildings and Other Structures

INTERNATIONAL CODE COUNCIL (ICC)

ICC IBC (2012) International Building Code

1.2 GENERAL REQUIREMENTS

Perform Special Inspections in accordance with the Statement of Special Inspections, Schedule of Special Inspections and Chapter 17 of ICC IBC. The Statement of Special Inspections and Schedule of Special Inspections are included on the drawings. Special Inspections must be performed by an independent third party and are intended to ensure that the work of the prime contractor is in accordance with the Contract Documents and applicable building codes. Special inspections do not take the place of the three phases of control inspections performed by the Contractor's QC Manager or any testing and inspections required by other sections of the specifications.

1.3 DEFINITIONS

1.3.1 Continuous Special Inspections

Continuous Special Inspections require the constant monitoring of specific tasks by a special inspector. These inspections must be carried out continuously over the duration of the particular tasks.

1.3.2 Periodic Special Inspections

Periodic Special Inspections are Special Inspections by the special inspector who is intermittently present where the work to be inspected has been or is being performed.

1.3.3 Perform

Perform these Special Inspections tasks for each welded joint or member.

SECTION 01 45 35 Page 3

Page 483: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.3.4 Observe

Observe these Special Inspections items on a random daily basis. Operations need not be delayed pending these inspections.

1.3.5 Special Inspector (SI)

A qualified person retained by the contractor and approved by the Contracting Officer as having the competence necessary to inspect a particular type of construction requiring Special Inspections. The SI must be an independent third party hired directly by the Prime Contractor.

1.3.6 Associate Special Inspector (ASI)

A qualified person who assists the SI in performing Special Inspections but must perform inspection under the direct supervision of the SI and cannot perform inspections without the SI on site.

1.3.7 Third Party

A third party inspector must not be company employee of the Contractor or any Sub-Contractor performing the work to be inspected.

1.3.8 Special Inspector of Record (SIOR)

A licensed engineer in responsible charge of all special inspectors for the project and approved by the Contracting officer. The SIOR must be an independent third party hired directly by the Prime Contractor.

1.3.9 Contracting Officer

The Government official having overall authority for administrative contracting actions. Certain contracting actions may be delegated to the Contracting Officer's Representative (COR).

1.3.10 Contractor's Quality Control (QC) Manager

An individual retained by the prime contractor and qualified in accordance with the Section 01 45 00.00 10 QUALITY CONTROL having the overall responsibility for the contractor's QC organization.

1.3.11 Designer of Record (DOR)

A registered design professional contracted by the Government as an A/E responsible for the overall design and review of submittal documents prepared by others. The DOR is registered or licensed to practice their respective design profession as defined by the statutory requirements of the professional registration laws in state in which the design professional works. The DOR is also referred to as the Engineer of Record (EOR) in design code documents.

1.3.12 Statement of Special Inspections (SSI)

A document developed by the DOR identifying the material, systems, components and work required to have Special Inspections.

1.3.13 Schedule of Special Inspections

A schedule which lists each of the required Special Inspections, the extent

SECTION 01 45 35 Page 4

Page 484: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

to which each Special Inspections is to be performed, and the required frequency for each in accordance with ICC IBC Chapter 17.

1.3.14 Designated Seismic System

Those nonstructural components that require design in accordance with ASCE 7 Chapter 13 and for which the component importance factor, Ip, is greater than 1.0. This designation applies to systems that are required to be operational following the Design Earthquake.

1.4 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for Contractor Quality Control approval. Submittals with an "S" are for inclusion in the Sustainability Notebook, in conformance to Section 01 33 29 SUSTAINABILITY REPORTING. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

SIOR Letter of Acceptance; GSpecial Inspections Project Manual; GSpecial Inspections Agency's Written PracticesNDT Procedures and Equipment Calibration Records

SD-06 Test Reports

Special Inspections Daily ReportsSpecial Inspections Biweekly Reports

SD-07 Certificates

Fabrication PlantSteel Joist Institute MembershipCertificate of ComplianceSpecial Inspector of Record Qualifications; GSpecial Inspector Qualifications; GQualification Records for NDT technicians

SD-11 Closeout Submittals

Interim Final Report of Special InspectionsComprehensive Final Report of Special Inspections; G

1.5 SPECIAL INSPECTOR QUALIFICATIONS

Submit qualifications for each special inspector and the special inspector of record.

Certifying Associations

AABC Associated Air Balance Council

ACI American Concrete Institute

AWCI Association of the Wall and Ceiling Industry

SECTION 01 45 35 Page 5

Page 485: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Certifying Associations

AWS American Welding Society

FM Factory Mutual

ICC International Code Council

NDT Nondestructive Testing

NICET National Institute for Certification in Engineering Technologies

PCI Precast/Prestressed Concrete Institute

PTI Post-Tensioning Institute

UL Underwriters Laboratories

1.5.1 Steel Construction and High Strength Bolting

1.5.1.1 Special Inspector

a. ICC Structural Steel and Bolting Special Inspector certificate with one year of related experience, or

b. Registered Professional Engineer with related experience

1.5.1.2 Associate Special Inspector

Engineer-In-Training with one year of related experience.

1.5.2 Welding Structural Steel

1.5.2.1 Special Inspector

a. ICC Structural Welding Special Inspector certificate with one year of related experience, or

b. AWS Certified Welding Inspector

1.5.2.2 Associate Special Inspector

AWS Certified Associate Welding Inspector

1.5.3 Nondestructive Testing of Welds

1.5.3.1 Special Inspector

NDT Level III Certificate

1.5.3.2 Associate Special Inspector

NDT Level II Certificate plus one year of related experience

SECTION 01 45 35 Page 6

Page 486: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.5.4 Cold Formed Steel Framing

1.5.4.1 Special Inspector

a. ICC Structural Steel and Bolting Special Inspector certificate with one year of related experience, or

b. ICC Commercial Building Inspector with one year of experience, or

c. Registered Professional Engineer with related experience

1.5.4.2 Associate Special Inspector

Engineer-In-Training with one year of related experience.

1.5.5 Concrete Construction

1.5.5.1 Special Inspector

a. ICC Reinforced Concrete Special Inspector Certificate with one year of related experience, or

b. ACI Concrete Construction Special Inspector, or

c. NICET Concrete Technician Level III Certificate in Construction Materials Testing, or

d. Registered Professional Engineer with related experience

1.5.5.2 Associate Special Inspector

a. ACI Concrete Construction Special Inspector in Training, or

b. Engineer-In-Training with one year of related experience

1.5.6 Masonry Construction

1.5.6.1 Special Inspector

a. ICC Structural Masonry Special Inspector Certificate with one year of related experience, or

b. Registered Professional Engineer with related experience

1.5.6.2 Associate Special Inspector

Engineer-In-Training with one year of related experience.

1.5.7 Verification of Site Soil Condition, Fill Placement and Load-Bearing Requirements

1.5.7.1 Special Inspector

a. ICC Soils Special Inspector Certificate with one year of related experience, or

b. NICET Soils Technician Level II Certificate in Construction Material Testing, or

SECTION 01 45 35 Page 7

Page 487: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

c. NICET Geotechnical Engineering Technician Level II Construction or Generalist Certificate, or

d. Registered Professional Engineer with related experience

1.5.7.2 Associate Special Inspector

a. NICET Soils Technician Level I Certificate in Construction Material Testing with one year of related experience, or

b. NICET Geotechnical Engineering Technician Level I Construction or Generalist Certificate with one year of related experience, or

c. Engineer-In-Training with one year of related experience

1.5.8 Deep Foundations

1.5.8.1 Special Inspector

a. NICET Soils Technician Level II Certificate in Construction Material Testing, or

b. NICET Geotechnical Engineering Technician Level II Construction or Generalist Certificate, or

c. Registered Professional Engineer with related experience

1.5.8.2 Associate Special Inspector

a. NICET Soils Technician Level I Certificate in Construction Material Testing with one year of related experience, or

b. NICET Geotechnical Engineering Technician Level I Construction or Generalist Certificate with one year of related experience, or

c. Engineer-In-Training with one year of related experience

1.5.9 Sprayed Fire Resistant Material

1.5.9.1 Special Inspector

a. ICC Spray-applied Fireproofing Special Inspector Certificate, or

b. ICC Fire Inspector I Certificate with one year of related experience, or

c. Registered Professional Engineer with related experience

1.5.9.2 Associate Special Inspector

Engineer-In-Training with one year of related experience

1.5.10 Fire-Resistant Penetrations and Joints

1.5.10.1 Special Inspector

a. Passed the UL Firestop Exam with one year of related experience, or

b. Passed the FM Firestop Exam with one year of related experience, or

SECTION 01 45 35 Page 8

Page 488: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

c. Registered Professional Engineer with related experience

1.5.10.2 Associate Special Inspector

Engineer-In-Training with one year of related experience.

1.5.11 Smoke Control

1.5.11.1 Special Inspector

a. AABC Technician Certification with one year of related experience, or

b. Registered Professional Engineer with related experience

1.5.11.2 Associate Special Inspector

Engineer-In-Training with one year of related experience.

1.5.12 Special Inspector of Record (SIOR)

Registered Professional Engineer

PART 2 PRODUCTS

2.1 FABRICATOR SPECIAL INSPECTIONS

Special Inspections of fabricator's work performed in the fabricator's shop is required to be inspected in accordance with the Statement of Special Inspections and the Schedule of Special Inspections unless the fabricator is certified by the approved agency to perform such work without Special Inspections. Submit the following certifications to the Contracting Officer for information to allow work performed in the fabricator's shop to not be subjected to Special Inspections.

American Institute of Steel Construction (AISC) Certified Fabrication Plant, Category STD.Steel Joist Institute Membership

At the completion of fabrication, submit a certificate of compliance, to be included with the comprehensive final report of Special Inspections, stating that the materials supplied and work performed by the fabricator are in accordance the construction documents.

PART 3 EXECUTION

3.1 RESPONSIBILITIES

3.1.1 Special Inspector of Record

a. Supervise all Special Inspectors required by the contract documents and the IBC.

b. Submit a SIOR Letter of Acceptance to the Contracting Officer attesting to acceptance of the duties of SIOR, signed and sealed by the SIOR.

c. Verify the qualifications of all of the Special Inspectors.

d. Verify the qualifications of fabricators.

SECTION 01 45 35 Page 9

Page 489: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

e. Submit Special Inspections agency's written practices for the monitoring and control of the agency's operations to include the following:

(1) The agency's procedures for the selection and administration of inspection personnel, describing the training, experience and examination requirements for qualifications and certification of inspection personnel.

(2) The agency's inspection procedures, including general inspection, material controls, and visual welding inspection.

f. Submit qualification records for nondestructive testing (NDT) technicians designated for the project.

g. Submit NDT procedures and equipment calibration records for NDT to be performed and equipment to be used for the project.

h. Prepare a Special Inspections Project Manual, which will cover the following:

(1) Roles and responsibilities of the following individuals during Special Inspections: SIOR, SI, General Contractor, Subcontractors, QC Manager, and DOR.

(2) Organizational chart and/or communication plan, indicating lines of communication.

(3) Contractor's internal plan for scheduling inspections. Address items such as timeliness of inspection requests, who to contact for inspection requests, and availability of alternate inspectors.

(4) Indicate the government reporting procedures.

(5) Propose forms or templates to be used by SI and SIOR to document inspections.

(6) Indicate procedures for tracking nonconforming work and verification that corrective work is complete.

(7) Indicate how the SIOR and/or SI will participate in weekly QC meetings.

(8) Indicate how Special Inspections of shop fabricated items will be handled when the fabricator's shop is not certified per paragraph FABRICATOR SPECIAL INSPECTIONS.

(9) Include a section in the manual that covers each specific item requiring Special Inspections that is indicated on the Schedule of Special Inspections. Provide names and qualifications of each special inspector who will be performing the Special Inspections for each specific item. Provide detail on how the Special Inspections are to be carried out for each item so that the expectations are clear for the General Contractor and the Subcontractor performing the work.

Make a copy of the Special Inspections Project Manual available on the job site during construction. Submit a copy of the Special Inspections

SECTION 01 45 35 Page 10

Page 490: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Project Manual for approval.

i. Attend coordination and mutual understanding meeting where the information in the Special Inspections Project Manual will be reviewed to verify that all parties have a clear understanding of the Special Inspections provisions and the individual duties and responsibilities of each party.

j. Maintain a 3- ring binder for the Special Inspector's daily and biweekly reports and the Special Inspections Project Manual. This file must be located in a conspicuous place in the project trailer/office to allow review by the Contracting Officer and the DOR.

k. Submit a copy of the Special Inspector's daily reports to the QC Manager.

l. Discrepancies that are observed during Special Inspections must be reported to the QC Manager for correction. If discrepancies are not corrected before the special inspector leaves the site the observed discrepancies must be documented in the daily report.

m. Submit a biweekly Special Inspections report until all work requiring Special Inspections is complete. A report is required for each biweekly period in which Special Inspections activity occurs, and must include the following:

(1) A brief summary of the work performed during the reporting time frame.

(2) Changes and/or discrepancies with the drawings and/or specifications that were observed during the reporting period.

(3) Discrepancies which were resolved or corrected.

(4) A list of nonconforming items requiring resolution.

(5) All applicable test results including nondestructive testing reports.

n. At the completion of each Definable Feature of Work (DFOW) requiring Special Inspections, submit an interim final report of Special Inspections that documents the Special Inspections completed for that DFOW and corrections of all discrepancies noted in the daily reports. The interim final report of Special Inspections must be signed, dated and bear the seal of the SIOR.

o. At the completion of the project submit a comprehensive final report of Special Inspections that documents the Special Inspections completed for the project and corrections of all discrepancies noted in the daily reports. The comprehensive final report of Special Inspections must be signed, dated and bear the seal of the SIOR.

3.1.2 Quality Control Manager

a. Maintain a rework items list that includes discrepancies noted on the Special Inspectors daily report.

SECTION 01 45 35 Page 11

Page 491: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.1.3 Special Inspectors

a. Inspect all elements of the project for which the special inspector is qualified to inspect and are identified in the Schedule of Special Inspections.

b. Attend preparatory phase meetings related to the Definable Feature of Work (DFOW) for which the special inspector is qualified to inspect.

c. Submit daily reports to the SIOR.

3.2 DEFECTIVE WORK

Check work as it progresses, but failure to detect any defective work or materials must in no way prevent later rejection if defective work or materials are discovered, nor obligate the Contracting Officer to accept such work.

-- End of Section --

SECTION 01 45 35 Page 12

Page 492: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 50 00

TEMPORARY CONSTRUCTION FACILITIES AND CONTROLS

08/09

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 CONSTRUCTION SITE PLAN 1.4 BACKFLOW PREVENTERS CERTIFICATE 1.4.1 Backflow Tester Certificate 1.4.2 Backflow Prevention Training Certificate

PART 2 PRODUCTS

2.1 TEMPORARY SIGNAGE 2.1.1 Bulletin Board 2.1.2 Project and Safety Signs 2.2 TEMPORARY TRAFFIC CONTROL 2.2.1 Haul Roads 2.2.2 Barricades 2.2.3 Fencing 2.2.4 Temporary Wiring 2.2.5 Backflow Preventers

PART 3 EXECUTION

3.1 EMPLOYEE PARKING 3.2 TEMPORARY BULLETIN BOARD 3.3 AVAILABILITY AND USE OF UTILITY SERVICES 3.3.1 Temporary Utilities 3.3.2 Sanitation 3.3.3 Telephone 3.3.4 Fire Protection 3.4 TRAFFIC PROVISIONS 3.4.1 Maintenance of Traffic 3.4.2 Protection of Traffic 3.4.3 Rush Hour Restrictions 3.4.4 Dust Control 3.5 CONTRACTOR'S TEMPORARY FACILITIES 3.5.1 Safety 3.5.2 Administrative Field Offices 3.5.3 Storage Area 3.5.4 Supplemental Storage Area 3.5.5 Appearance of Trailers 3.5.6 Maintenance of Storage Area 3.5.7 Security Provisions 3.5.8 Weather Protection of Temporary Facilities and Stored Materials 3.5.8.1 Building and Site Storm Protection 3.6 TEMPORARY PROJECT SAFETY FENCING

SECTION 01 50 00 Page 1

Page 493: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.7 CLEANUP 3.8 RESTORATION OF STORAGE AREA

-- End of Section Table of Contents --

SECTION 01 50 00 Page 2

Page 494: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 50 00

TEMPORARY CONSTRUCTION FACILITIES AND CONTROLS08/09

PART 1 GENERAL

1.1 REFERENCES

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

AMERICAN WATER WORKS ASSOCIATION (AWWA)

AWWA C511 (2007) Standard for Reduced-Pressure Principle Backflow Prevention Assembly

FOUNDATION FOR CROSS-CONNECTION CONTROL AND HYDRAULIC RESEARCH (FCCCHR)

FCCCHR List (continuously updated) List of Approved Backflow Prevention Assemblies

FCCCHR Manual (10th Edition) Manual of Cross-Connection Control

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA)

NFPA 241 (2013; Errata 2015) Standard for Safeguarding Construction,Alteration, and Demolition Operations

NFPA 70 (2014; AMD 1 2013; Errata 1 2013; AMD 2 2013; Errata 2 2013; AMD 3 2014; Errata 3-4 2014; AMD 4-6 2014) National Electrical Code

U.S. FEDERAL HIGHWAY ADMINISTRATION (FHWA)

MUTCD (2009) Manual on Uniform Traffic Control Devices

1.2 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for Contractor Quality Control approval. Submittals with an "S" are for inclusion in the Sustainability Notebook, in conformance to Section 01 33 29SUSTAINABILITY REQUIREMENTS. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Construction site plan; GTraffic control plan; G

SECTION 01 50 00 Page 3

Page 495: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SD-06 Test Reports

Backflow Preventer Tests

SD-07 Certificates

Backflow Tester Certification

Backflow Preventers Certificate of Full Approval

1.3 CONSTRUCTION SITE PLAN

Prior to the start of work, submit a site plan showing the locations and dimensions of temporary facilities (including layouts and details, equipment and material storage area (onsite and offsite), and access and haul routes, avenues of ingress/egress to the fenced area and details of the fence installations. Identify any areas which may have to be graveled to prevent the tracking of mud. Indicate if the use of a supplemental or other staging area is desired. Show locations of safety and construction fences, site trailers, construction entrances, trash dumpsters, temporary sanitary facilities, and worker parking areas.

1.4 BACKFLOW PREVENTERS CERTIFICATE

Certificate of Full Approval from FCCCHR List, University of Southern California, attesting that the design, size and make of each backflow preventer has satisfactorily passed the complete sequence of performance testing and evaluation for the respective level of approval. Certificate of Provisional Approval will not be acceptable.

1.4.1 Backflow Tester Certificate

Prior to testing, submit to the Contracting Officer certification issued by the State or local regulatory agency attesting that the backflow tester has successfully completed a certification course sponsored by the regulatory agency. Tester must not be affiliated with any company participating in any other phase of this Contract.

1.4.2 Backflow Prevention Training Certificate

Submit a certificate recognized by the State or local authority that states the Contractor has completed at least 10 hours of training in backflow preventer installations. The certificate must be current.

PART 2 PRODUCTS

2.1 TEMPORARY SIGNAGE

2.1.1 Bulletin Board

Immediately upon beginning of work, provide a weatherproof glass-covered bulletin board not less than 36 by 48 inches in size for displaying the Equal Employment Opportunity poster, a copy of the wage decision contained in the contract, Wage Rate Information poster, and other information approved by the Contracting Officer.

SECTION 01 50 00 Page 4

Page 496: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

2.1.2 Project and Safety Signs

The requirements for the signs, their content, and location are as indicated. Erect signs within 15 days after receipt of the notice to proceed. Correct the data required by the safety sign daily, with light colored metallic or non-metallic numerals.

2.2 TEMPORARY TRAFFIC CONTROL

2.2.1 Haul Roads

Construct access and haul roads necessary for proper prosecution of the work under this contract. Construct with suitable grades and widths; sharp curves, blind corners, and dangerous cross traffic are be avoided. Provide necessary lighting, signs, barricades, and distinctive markings for the safe movement of traffic. The method of dust control, although optional, must be adequate to ensure safe operation at all times. Location, grade, width, and alignment of construction and hauling roads are subject to approval by the Contracting Officer. Lighting must be adequate to assure full and clear visibility for full width of haul road and work areas during any night work operations.

2.2.2 Barricades

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

2.2.3 Fencing

Provide fencing along the construction site at all open excavations and tunnels to control access by unauthorized people.

a. Enclose the project work area and Contractor lay-down area with construction site perimeter fencing. Fencing shall be 6 foot hgh chain link fence with dark brown fabric to prevent Foreign Object Debris (FOD) from leaving the site, and screen public view of the construction. Install fencing to be able to restrain a force of at least 250 pounds against it.

b. In addition, prior to the start of work, enclose those areas at the construction site which are not within the construction fence with a temporary safety fence, including gates and warning signs, to protect the public from construction actvities. The safety fencing must be a high visibility orange colored, high density polyethylene grid or approved equal, a minimum of 42 inches high, supported and tightly secured to steel posts located on maximum 10 foot centers.

2.2.4 Temporary Wiring

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

SECTION 01 50 00 Page 5

Page 497: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

2.2.5 Backflow Preventers

Reduced pressure principle type conforming to the applicable requirements AWWA C511. Provide backflow preventers complete with 150 pound flanged cast iron, brass mounted gate valve , 304 stainless steel or bronze, internal parts. The particular make, model/design, and size of backflow preventers to be installed must be included in the latest edition of the List of Approved Backflow Prevention Assemblies issued by the FCCCHR List and be accompanied by a Certificate of Full Approval from FCCCHR List. After installation conduct Backflow Preventer Tests and provide test reports verifying that the installation meets the FCCCHR Manual Standards.

PART 3 EXECUTION

3.1 EMPLOYEE PARKING

Contractor employees will park privately owned vehicles in an area designated by the Contracting Officer. This area will be within reasonable walking distance of the construction site. Contractor employee parking must not interfere with existing and established parking requirements of the government installation.

3.2 TEMPORARY BULLETIN BOARD

Locate the bulletin board at the project site in a conspicuous place easily accessible to all employees, as approved by the Contracting Officer.

3.3 AVAILABILITY AND USE OF UTILITY SERVICES

3.3.1 Temporary Utilities

The Government will provide temporary utilities required for construction. Materials may be new or used, must be adequate for the required usage, not create unsafe conditions, and not violate applicable codes and standards.

3.3.2 Sanitation

a. Provide and maintain within the construction area minimum field-type sanitary facilities approved by the Contracting Officer and periodically empty wastes into a municipal, district, or station sanitary sewage system, or remove waste to a commercial facility. Obtain approval from the system owner prior to discharge into any municipal, district, or commercial sanitary sewer system. Any penalties and / or fines associated with improper discharge will be the responsibility of the Contractor. Coordinate with the Contracting Officer and follow station regulations and procedures when discharging into the station sanitary sewer system. Maintain these conveniences at all times without nuisance. Include provisions for pest control and elimination of odors. Government toilet facilities will not be available to Contractor's personnel.

3.3.3 Telephone

Make arrangements and pay all costs for telephone facilities desired.

3.3.4 Fire Protection

Provide temporary fire protection equipment for the protection of personnel and property during construction. Remove debris and flammable materials

SECTION 01 50 00 Page 6

Page 498: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

daily to minimize potential hazards.

3.4 TRAFFIC PROVISIONS

3.4.1 Maintenance of Traffic

a. Conduct operations in a manner that will not close any thoroughfare or interfere in any way with traffic on railways or highways except with written permission of the Contracting Officer at least 15 calendar days prior to the proposed modification date, and provide a Traffic Control Plan detailing the proposed controls to traffic movement for approval. The plan must be in accordance with State and local regulations and the MUTCD, Part VI. Make all notifications and obtain any permits required for modification to traffic movements outside Station's jurisdiction.. Contractor may move oversized and slow-moving vehicles to the worksite provided requirements of the highway authority have been met.

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

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

3.4.2 Protection of Traffic

Maintain and protect traffic on all affected roads during the construction period except as otherwise specifically directed by the Contracting Officer. Measures for the protection and diversion of traffic, including the provision of watchmen and flagmen, erection of barricades, placing of lights around and in front of equipment the work, and the erection and maintenance of adequate warning, danger, and direction signs, will be as required by the State and local authorities having jurisdiction. Protect the traveling public from damage to person and property. Minimize the interference with public traffic on roads selected for hauling material to and from the site. Investigate the adequacy of existing roads and their allowable load limit. Contractor is responsible for the repair of any damage to roads caused by construction operations.

3.4.3 Rush Hour Restrictions

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

3.4.4 Dust Control

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

3.5 CONTRACTOR'S TEMPORARY FACILITIES

Contractor-owned or -leased trailers must be identified by Government assigned numbers. Size and location of the number will comply with USACE requirements. Apply the number to the trailer within 14 calendar days of notification, or sooner, if directed by the Government.

SECTION 01 50 00 Page 7

Page 499: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.5.1 Safety

Protect the integrity of any installed safety systems or personnel safety devices. If entrance into systems serving safety devices is required, the Contractor must obtain prior approval from the Contracting Officer. If it is temporarily necessary to remove or disable personnel safety devices in order to accomplish contract requirements, provide alternative means of protection prior to removing or disabling any permanently installed safety devices or equipment and obtain approval from the Contracting Officer.

3.5.2 Administrative Field Offices

Provide and maintain administrative field office facilities within the construction area at the designated site. Government office and warehouse facilities will not be available to the Contractor's personnel.

3.5.3 Storage Area

Construct a temporary 6 foot high chain link fence around trailers and materials. Include plastic strip inserts, colored green, so that visibility through the fence is obstructed. Fence posts may be driven, in lieu of concrete bases, where soil conditions permit. Do not place or store Trailers, materials, or equipment outside the fenced area unless such trailers, materials, or equipment are assigned a separate and distinct storage area by the Contracting Officer away from the vicinity of the construction site but within the installation boundaries. Trailers, equipment, or materials must not be open to public view with the exception of those items which are in support of ongoing work on any given day. Do not stockpile materials outside the fence in preparation for the next day's work. Park mobile equipment, such as tractors, wheeled lifting equipment, cranes, trucks, and like equipment within the fenced area at the end of each work day.

3.5.4 Supplemental Storage Area

Upon Contractor's request, the Contracting Officer will designate another or supplemental area for the Contractor's use and storage of trailers, equipment, and materials. This area may not be in close proximity of the construction site but will be within the installation boundaries. Fencing of materials or equipment will not be required at this site; however, the Contractor is responsible for cleanliness and orderliness of the area used and for the security of any material or equipment stored in this area. Utilities will not be provided to this area by the Government.

3.5.5 Appearance of Trailers

a. Trailers utilized by the Contractor for administrative or material storage purposes must present a clean and neat exterior appearance and be in a state of good repair. Trailers which, in the opinion of the Contracting Officer, require exterior painting or maintenance will not be allowed on installation property.

b. Paint using suitable paint and maintain the temporary facilities. Failure to do so will be sufficient reason to require their removal.

3.5.6 Maintenance of Storage Area

a. Keep fencing in a state of good repair and proper alignment. Grassed

SECTION 01 50 00 Page 8

Page 500: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

or unpaved areas, which are not established roadways, will be covered with a layer of gravel as necessary to prevent rutting and the tracking of mud onto paved or established roadways, should the Contractor elect to traverse them with construction equipment or other vehicles; gravel gradation will be at the Contractor's discretion. Mow and maintain grass located within the boundaries of the construction site for the duration of the project. Grass and vegetation along fences, buildings, under trailers, and in areas not accessible to mowers will be edged or trimmed neatly.

3.5.7 Security Provisions

Provide adequate outside security lighting at the Contractor's temporary facilities. The Contractor will be responsible for the security of its own equipment; in addition, the Contractor will notify the appropriate law enforcement agency requesting periodic security checks of the temporary project field office.

3.5.8 Weather Protection of Temporary Facilities and Stored Materials

Take necessary precautions to ensure that roof openings and other critical openings in the building are monitored carefully. Take immediate actions required to seal off such openings when rain or other detrimental weather is imminent, and at the end of each workday. Ensure that the openings are completely sealed off to protect materials and equipment in the building from damage.

3.5.8.1 Building and Site Storm Protection

When a warning of gale force winds is issued, take precautions to minimize danger to persons, and protect the work and nearby Government property. Precautions must include, but are not limited to, closing openings; removing loose materials, tools and equipment from exposed locations; and removing or securing scaffolding and other temporary work. Close openings in the work when storms of lesser intensity pose a threat to the work or any nearby Government property.

3.6 TEMPORARY PROJECT SAFETY FENCING

As soon as practicable, but not later than 15 days after the date established for commencement of work, furnish and erect temporary project safety fencing at the work site. Maintain the safety fencing during the life of the contract and, upon completion and acceptance of the work, will become the property of the Contractor and be removed from the work site.

3.7 CLEANUP

Remove construction debris, waste materials, packaging material and the like from the work site daily. Any dirt or mud which is tracked onto paved or surfaced roadways must be cleaned away. Store any salvageable materials resulting from demolition activities within the fenced area described above or at the supplemental storage area. Neatly stack stored materials not in trailers, whether new or salvaged.

3.8 RESTORATION OF STORAGE AREA

Upon completion of the project remove the bulletin board, signs, barricades, haul roads, and any other temporary products from the site. After removal of trailers, materials, and equipment from within the fenced

SECTION 01 50 00 Page 9

Page 501: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

area, remove the fence that will become the property of the Contractor. Restore areas used by the Contractor for the storage of equipment or material, or other use to the original or better condition. Remove gravel used to traverse grassed areas and restore the area to its original condition, including top soil and seeding as necessary.

-- End of Section --

SECTION 01 50 00 Page 10

Page 502: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 57 19

TEMPORARY ENVIRONMENTAL CONTROLS

11/15

PART 1 GENERAL

1.1 REFERENCES 1.2 DEFINITIONS 1.2.1 Class I and II Ozone Depleting Substance (ODS) 1.2.2 Contractor Generated Hazardous Waste 1.2.3 Electronics Waste 1.2.4 Environmental Pollution and Damage 1.2.5 Environmental Protection 1.2.6 Hazardous Debris 1.2.7 Hazardous Materials 1.2.8 Hazardous Waste 1.2.9 Installation Pest Management Coordinator 1.2.10 Land Application 1.2.11 Municipal Separate Storm Sewer System (MS4) Permit 1.2.12 National Pollutant Discharge Elimination System (NPDES) 1.2.13 Oily Waste 1.2.14 Pesticide 1.2.15 Pesticide Treatment Plan 1.2.16 Pests 1.2.17 Project Pesticide Coordinator 1.2.18 Regulated Waste 1.2.19 Sediment 1.2.20 Solid Waste 1.2.20.1 Debris 1.2.20.2 Green Waste 1.2.20.3 Material not regulated as solid waste 1.2.20.4 Non-Hazardous Waste 1.2.20.5 Recyclables 1.2.20.6 Surplus Soil 1.2.20.7 Scrap Metal 1.2.20.8 Wood 1.2.21 Surface Discharge 1.2.22 Wastewater 1.2.22.1 Stormwater 1.2.23 Waters of the United States 1.2.24 Wetlands 1.2.25 Universal Waste 1.3 SUBMITTALS 1.4 ENVIRONMENTAL PROTECTION REQUIREMENTS 1.4.1 Training in Environmental Compliance Assessment Training and

Tracking System (ECATTS) 1.4.1.1 Personnel Requirements 1.4.1.2 Certification 1.4.1.3 Refresher Training 1.4.2 Conformance with the Environmental Management System

SECTION 01 57 19 Page 1

Page 503: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.5 SPECIAL ENVIRONMENTAL REQUIREMENTS 1.6 QUALITY ASSURANCE 1.6.1 Preconstruction Survey and Protection of Features 1.6.2 Regulatory Notifications 1.6.3 Environmental Brief 1.6.4 Environmental Manager 1.6.5 Employee Training Records 1.6.6 Non-Compliance Notifications 1.7 ENVIRONMENTAL PROTECTION PLAN 1.7.1 General Overview and Purpose 1.7.1.1 Descriptions 1.7.1.2 Duties 1.7.1.3 Procedures 1.7.1.4 Communications 1.7.1.5 Contact Information 1.7.2 General Site Information 1.7.2.1 Drawings 1.7.2.2 Work Area 1.7.2.3 Documentation 1.7.3 Management of Natural Resources 1.7.4 Protection of Historical and Archaeological Resources 1.7.5 Stormwater Management and Control 1.7.6 Protection of the Environment from Waste Derived from

Contractor Operations 1.7.7 Prevention of Releases to the Environment 1.7.8 Regulatory Notification and Permits 1.7.9 Clean Air Act Compliance 1.7.9.1 Haul Route 1.7.9.2 Pollution Generating Equipment 1.7.9.3 Stationary Internal Combustion Engines 1.7.9.4 Refrigerants 1.7.9.5 Air Pollution-engineering Processes 1.7.9.6 Monitoring 1.7.9.7 Compliant Materials 1.8 LICENSES AND PERMITS 1.9 ENVIRONMENTAL RECORDS BINDER 1.10 PESTICIDE DELIVERY, STORAGE, AND HANDLING 1.10.1 Delivery and Storage 1.10.2 Handling Requirements 1.11 SOLID WASTE MANAGEMENT PERMIT 1.11.1 Solid Waste Management Report

PART 2 PRODUCTS

PART 3 EXECUTION

3.1 PROTECTION OF NATURAL RESOURCES 3.1.1 Flow Ways 3.1.2 Vegetation 3.1.3 Streams 3.2 STORMWATER 3.2.1 Construction General Permit 3.2.1.1 Stormwater Pollution Prevention Plan 3.2.1.2 Stormwater Notice of Intent for Construction Activities 3.2.1.3 Inspection Reports 3.2.1.4 Stormwater Pollution Prevention Plan Compliance Notebook 3.2.1.5 Stormwater Notice of Termination for Construction Activities 3.2.2 Erosion and Sediment Control Measures

SECTION 01 57 19 Page 2

Page 504: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.2.2.1 Erosion Control 3.2.2.2 Sediment Control Practices 3.2.3 Work Area Limits 3.2.4 Contractor Facilities and Work Areas 3.2.5 Municipal Separate Storm Sewer System (MS4) Management 3.3 SURFACE AND GROUNDWATER 3.3.1 Waters of the United States 3.4 PROTECTION OF CULTURAL RESOURCES 3.4.1 Archaeological Resources 3.5 AIR RESOURCES 3.5.1 Preconstruction Air Permits 3.5.2 Burning 3.5.3 Dust Control 3.5.3.1 Particulates 3.5.4 Odors 3.6 WASTE MINIMIZATION 3.6.1 Salvage, Reuse and Recycle 3.6.2 Nonhazardous Solid Waste Diversion Report 3.7 WASTE MANAGEMENT AND DISPOSAL 3.7.1 Waste Determination Documentation 3.7.2 Solid Waste Management 3.7.2.1 Solid Waste Management Report 3.7.2.2 Control and Management of Solid Wastes 3.7.3 Control and Management of Hazardous Waste 3.7.3.1 Hazardous Waste/Debris Management 3.7.3.2 Hazardous Waste Disposal 3.7.3.2.1 Responsibilities for Contractor's Disposal 3.7.3.2.1.1 Services 3.7.3.2.1.2 Samples 3.7.3.2.1.3 Analysis 3.7.3.2.1.4 Labeling 3.7.3.3 Universal Waste Management 3.7.3.4 Electronics End-of-Life Management 3.7.3.5 Disposal Documentation for Hazardous and Regulated Waste 3.7.4 Releases/Spills of Oil and Hazardous Substances 3.7.4.1 Response and Notifications 3.7.4.2 Clean Up 3.7.5 Mercury Materials 3.7.6 Wastewater 3.7.6.1 Disposal of wastewater must be as specified below. 3.7.6.1.1 Treatment 3.7.6.1.2 Surface Discharge 3.7.6.1.3 Land Application 3.8 HAZARDOUS MATERIAL MANAGEMENT 3.8.1 Contractor Hazardous Material Inventory Log 3.9 PREVIOUSLY USED EQUIPMENT 3.10 CONTROL AND MANAGEMENT OF ASBESTOS-CONTAINING MATERIAL (ACM) 3.11 CONTROL AND MANAGEMENT OF LEAD-BASED PAINT (LBP) 3.12 CONTROL AND MANAGEMENT OF POLYCHLORINATED BIPHENYLS (PCBS) 3.13 CONTROL AND MANAGEMENT OF LIGHTING BALLAST AND LAMPS CONTAINING

PCBS 3.14 MILITARY MUNITIONS 3.15 PETROLEUM, OIL, LUBRICANT (POL) STORAGE AND FUELING 3.15.1 Used Oil Management 3.15.2 Oil Storage Including Fuel Tanks 3.16 INADVERTENT DISCOVERY OF PETROLEUM-CONTAMINATED SOIL OR HAZARDOUS

WASTES 3.17 PEST MANAGEMENT 3.17.1 Application

SECTION 01 57 19 Page 3

Page 505: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.17.2 Pesticide Treatment Plan 3.18 CHLORDANE 3.19 SOUND INTRUSION 3.20 POST CONSTRUCTION CLEANUP

-- End of Section Table of Contents --

SECTION 01 57 19 Page 4

Page 506: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 57 19

TEMPORARY ENVIRONMENTAL CONTROLS11/15

PART 1 GENERAL

1.1 REFERENCES

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

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

29 CFR 1910.120 Hazardous Waste Operations and Emergency Response

40 CFR 112 Oil Pollution Prevention

40 CFR 122.26 Storm Water Discharges (Applicable to State NPDES Programs, see section 123.25)

40 CFR 152 Pesticide Registration and Classification Procedures

40 CFR 152 - 186 Pesticide Programs

40 CFR 241 Guidelines for Disposal of Solid Waste

40 CFR 243 Guidelines for the Storage and Collection of Residential, Commercial, and Institutional Solid Waste

40 CFR 258 Subtitle D Landfill Requirements

40 CFR 260 Hazardous Waste Management System: General

40 CFR 261 Identification and Listing of Hazardous Waste

40 CFR 261.7 Residues of Hazardous Waste in Empty Containers

40 CFR 262 Standards Applicable to Generators of Hazardous Waste

40 CFR 262.31 Standards Applicable to Generators of Hazardous Waste-Labeling

40 CFR 263 Standards Applicable to Transporters of Hazardous Waste

40 CFR 264 Standards for Owners and Operators of Hazardous Waste Treatment, Storage, and Disposal Facilities

SECTION 01 57 19 Page 5

Page 507: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

40 CFR 265 Interim Status Standards for Owners and Operators of Hazardous Waste Treatment, Storage, and Disposal Facilities

40 CFR 266 Standards for the Management of Specific Hazardous Wastes and Specific Types of Hazardous Waste Management Facilities

40 CFR 268 Land Disposal Restrictions

40 CFR 273 Standards For Universal Waste Management

40 CFR 273.2 Standards for Universal Waste Management - Batteries

40 CFR 273.3 Standards for Universal Waste Management - Pesticides

40 CFR 273.4 Standards for Universal Waste Management - Mercury Containing Equipment

40 CFR 273.5 Standards for Universal Waste Management - Lamps

40 CFR 279 Standards for the Management of Used Oil

40 CFR 300 National Oil and Hazardous Substances Pollution Contingency Plan

40 CFR 300.125 National Oil and Hazardous Substances Pollution Contingency Plan - Notification and Communications

40 CFR 355 Emergency Planning and Notification

40 CFR 403 General Pretreatment Regulations for Existing and New Sources of Pollution

40 CFR 50 National Primary and Secondary Ambient Air Quality Standards

40 CFR 60 Standards of Performance for New Stationary Sources

40 CFR 61 National Emission Standards for Hazardous Air Pollutants

40 CFR 63 National Emission Standards for Hazardous Air Pollutants for Source Categories

40 CFR 64 Compliance Assurance Monitoring

40 CFR 745 Lead-Based Paint Poisoning Prevention in Certain Residential Structures

40 CFR 761 Polychlorinated Biphenyls (PCBs) Manufacturing, Processing, Distribution in Commerce, and Use Prohibitions

SECTION 01 57 19 Page 6

Page 508: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

49 CFR 171 General Information, Regulations, and Definitions

49 CFR 172 Hazardous Materials Table, Special Provisions, Hazardous Materials Communications, Emergency Response Information, and Training Requirements

49 CFR 173 Shippers - General Requirements for Shipments and Packagings

49 CFR 178 Specifications for Packagings

1.2 DEFINITIONS

1.2.1 Class I and II Ozone Depleting Substance (ODS)

Class I ODS is defined in Section 602(a) of The Clean Air Act. A list of Class I ODS can be found on the EPA website at the following weblink. http://www.epa.gov/ozone/science/ods/classone.html.

Class II ODS is defined in Section 602(s) of The Clean Air Act. A list of Class II ODS can be found on the EPA website at the following weblink. http://www.epa.gov/ozone/science/ods/classtwo.html.

1.2.2 Contractor Generated Hazardous Waste

Contractor generated hazardous waste is materials that, if abandoned or disposed of, may meet the definition of a hazardous waste. These waste streams would typically consist of material brought on site by the Contractor to execute work, but are not fully consumed during the course of construction. Examples include, but are not limited to, excess paint thinners (i.e. methyl ethyl ketone, toluene), waste thinners, excess paints, excess solvents, waste solvents, excess pesticides, and contaminated pesticide equipment rinse water.

1.2.3 Electronics Waste

Electronics waste is discarded electronic devices intended for salvage, recycling, or disposal.

1.2.4 Environmental Pollution and Damage

Environmental pollution and damage is the presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human life; affect other species of importance to humankind; or degrade the environment aesthetically, culturally or historically.

1.2.5 Environmental Protection

Environmental protection is the prevention/control of pollution and habitat disruption that may occur to the environment during construction. The control of environmental pollution and damage requires consideration of land, water, and air; biological and cultural resources; and includes management of visual aesthetics; noise; solid, chemical, gaseous, and liquid waste; radiant energy and radioactive material as well as other pollutants.

SECTION 01 57 19 Page 7

Page 509: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.2.6 Hazardous Debris

As defined in paragraph SOLID WASTE, debris that contains listed hazardous waste (either on the debris surface, or in its interstices, such as pore structure) in accordance with 40 CFR 261. Hazardous debris also includes debris that exhibits a characteristic of hazardous waste in accordance with 40 CFR 261.

1.2.7 Hazardous Materials

Hazardous materials as defined in 49 CFR 171 and listed in 49 CFR 172.

Hazardous material is any material that: Is regulated as a hazardous material in accordance with 49 CFR 173; or requires a Safety Data Sheet (SDS) in accordance with 29 CFR 1910.120; or during end use, treatment, handling, packaging, storage, transportation, or disposal meets or has components that meet or have potential to meet the definition of a hazardous waste as defined by 40 CFR 261 Subparts A, B, C, or D. Designation of a material by this definition, when separately regulated or controlled by other sections or directives, does not eliminate the need for adherence to that hazard-specific guidance which takes precedence over this section for "control" purposes. Such material includes ammunition, weapons, explosive actuated devices, propellants, pyrotechnics, chemical and biological warfare materials, medical and pharmaceutical supplies, medical waste and infectious materials, bulk fuels, radioactive materials, and other materials such as asbestos, mercury, and polychlorinated biphenyls (PCBs).

1.2.8 Hazardous Waste

Hazardous Waste is any material that meets the definition of a solid waste and exhibit a hazardous characteristic (ignitability, corrosivity, reactivity, or toxicity) as specified in 40 CFR 261, Subpart C, or contains a listed hazardous waste as identified in 40 CFR 261, Subpart D.

1.2.9 Installation Pest Management Coordinator

Installation Pest Management Coordinator (IPMC) is the individual officially designated by the Installation Commander to oversee the Installation Pest Management Program and the Installation Pest Management Plan.

1.2.10 Land Application

Land Application means spreading or spraying discharge water at a rate that allows the water to percolate into the soil. No sheeting action, soil erosion, discharge into storm sewers, discharge into defined drainage areas, or discharge into the "waters of the United States" must occur. Comply with federal, state, and local laws and regulations.

1.2.11 Municipal Separate Storm Sewer System (MS4) Permit

MS4 permits are those held by installations to obtain NPDES permit coverage for their stormwater discharges.

1.2.12 National Pollutant Discharge Elimination System (NPDES)

The NPDES permit program controls water pollution by regulating point

SECTION 01 57 19 Page 8

Page 510: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

sources that discharge pollutants into waters of the United States.

1.2.13 Oily Waste

Oily waste are those materials that are, or were, mixed with Petroleum, Oils, and Lubricants (POLs) and have become separated from that POLs. Oily wastes also means materials, including wastewaters, centrifuge solids, filter residues or sludges, bottom sediments, tank bottoms, and sorbents which have come into contact with and have been contaminated by, POLs and may be appropriately tested and discarded in a manner which is in compliance with other state and local requirements.

This definition includes materials such as oily rags, "kitty litter" sorbent clay and organic sorbent material. These materials may be land filled provided that: It is not prohibited in other state regulations or local ordinances; the amount generated is "de minimus" (a small amount); it is the result of minor leaks or spills resulting from normal process operations; and free-flowing oil has been removed to the practicable extent possible. Large quantities of this material, generated as a result of a major spill or in lieu of proper maintenance of the processing equipment, are a solid waste. As a solid waste, perform a hazardous waste determination prior to disposal. As this can be an expensive process, it is recommended that this type of waste be minimized through good housekeeping practices and employee education.

1.2.14 Pesticide

Pesticide is any substance or mixture of substances intended for preventing, destroying, repelling, or mitigating any pest, or intended for use as a plant regulator, defoliant or desiccant.

1.2.15 Pesticide Treatment Plan

A plan for the prevention, monitoring, and control to eliminate pest infestation.

1.2.16 Pests

Pests are arthropods, birds, rodents, nematodes, fungi, bacteria, viruses, algae, snails, marine borers, snakes, weeds and other organisms (except for human or animal disease-causing organisms) that adversely affect readiness, military operations, or the well-being of personnel and animals; attack or damage real property, supplies, equipment, or vegetation; or are otherwise undesirable.

1.2.17 Project Pesticide Coordinator

The Project Pesticide Coordinator (PPC) is an individual who resides at a Civil Works Project office and who is responsible overseeing of pesticide application on project grounds.

1.2.18 Regulated Waste

Regulated waste are solid wastes that have specific additional federal, state, or local controls for handling, storage, or disposal.

1.2.19 Sediment

Sediment is soil and other debris that have eroded and have been

SECTION 01 57 19 Page 9

Page 511: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

transported by runoff water or wind.

1.2.20 Solid Waste

Solid waste is a solid, liquid, semi-solid or contained gaseous waste. A solid waste can be a hazardous waste, non-hazardous waste, or non-Resource Conservation and Recovery Act (RCRA) regulated waste. Types of solid waste typically generated at construction sites may include:

1.2.20.1 Debris

Debris is non-hazardous solid material generated during the construction, demolition, or renovation of a structure that exceeds 2.5-inch particle size that is: a manufactured object; plant or animal matter; or natural geologic material (for example, cobbles and boulders), broken or removed concrete, masonry, and rock asphalt paving; ceramics; roofing paper and shingles. Inert materials may be reinforced with or contain ferrous wire, rods, accessories and weldments. A mixture of debris and other material such as soil or sludge is also subject to regulation as debris if the mixture is comprised primarily of debris by volume, based on visual inspection.

1.2.20.2 Green Waste

Green waste is the vegetative matter from landscaping, land clearing and grubbing, including, but not limited to, grass, bushes, scrubs, small trees and saplings, tree stumps and plant roots. Marketable trees, grasses and plants that are indicated to remain, be re-located, or be re-used are not included.

1.2.20.3 Material not regulated as solid waste

Material not regulated as solid waste is nuclear source or byproduct materials regulated under the Federal Atomic Energy Act of 1954 as amended; suspended or dissolved materials in domestic sewage effluent or irrigation return flows, or other regulated point source discharges; regulated air emissions; and fluids or wastes associated with natural gas or crude oil exploration or production.

1.2.20.4 Non-Hazardous Waste

Non-hazardous waste is waste that is excluded from, or does not meet, hazardous waste criteria in accordance with 40 CFR 263.

1.2.20.5 Recyclables

Recyclables are materials, equipment and assemblies such as doors, windows, door and window frames, plumbing fixtures, glazing and mirrors that are recovered and sold as recyclable, wiring, insulated/non-insulated copper wire cable, wire rope, and structural components. It also includes commercial-grade refrigeration equipment with Freon removed, household appliances where the basic material content is metal, clean polyethylene terephthalate bottles, cooking oil, used fuel oil, textiles, high-grade paper products and corrugated cardboard, stackable pallets in good condition, clean crating material, and clean rubber/vehicle tires. Metal meeting the definition of lead contaminated or lead based paint contaminated may not be included as recyclable if sold to a scrap metal company. Paint cans that meet the definition of empty containers in accordance with 40 CFR 261.7 may be included as recyclable if sold to a

SECTION 01 57 19 Page 10

Page 512: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

scrap metal company.

1.2.20.6 Surplus Soil

Surplus soil is existing soil that is in excess of what is required for this work, including aggregates intended, but not used, for on-site mixing of concrete, mortars, and paving. Contaminated soil meeting the definition of hazardous material or hazardous waste is not included and must be managed in accordance with paragraph HAZARDOUS MATERIAL MANAGEMENT.

1.2.20.7 Scrap Metal

This includes scrap and excess ferrous and non-ferrous metals such as reinforcing steel, structural shapes, pipe, and wire that are recovered or collected and disposed of as scrap. Scrap metal meeting the definition of hazardous material or hazardous waste is not included.

1.2.20.8 Wood

Wood is dimension and non-dimension lumber, plywood, chipboard, hardboard. Treated or painted wood that meets the definition of lead contaminated or lead based contaminated paint is not included. Treated wood includes, but is not limited to, lumber, utility poles, crossties, and other wood products with chemical treatment.

1.2.21 Surface Discharge

Surface discharge means discharge of water into drainage ditches, storm sewers, creeks or "waters of the United States". Surface discharges are discrete, identifiable sources and require a permit from the governing agency. Comply with federal, state, and local laws and regulations.

1.2.22 Wastewater

Wastewater is the used water and solids from a community that flow to a treatment plant.

1.2.22.1 Stormwater

Stormwater is any precipitation in an urban or suburban area that does not evaporate or soak into the ground, but instead collects and flows into storm drains, rivers, and streams.

1.2.23 Waters of the United States

Waters of the United States means Federally jurisdictional waters, including wetlands, that are subject to regulation under Section 404 of the Clean Water Act or navigable waters, as defined under the Rivers and Harbors Act.

1.2.24 Wetlands

Wetlands are those areas that are inundated or saturated by surface or groundwater at a frequency and duration sufficient to support, and that under normal circumstances do support, a prevalence of vegetation typically adapted for life in saturated soil conditions.

SECTION 01 57 19 Page 11

Page 513: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.2.25 Universal Waste

The universal waste regulations streamline collection requirements for certain hazardous wastes in the following categories: batteries, pesticides, mercury-containing equipment (for example, thermostats), and lamps (for example, fluorescent bulbs). The rule is designed to reduce hazardous waste in the municipal solid waste (MSW) stream by making it easier for universal waste handlers to collect these items and send them for recycling or proper disposal. These regulations can be found at 40 CFR 273.

1.3 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for Contractor Quality Control approval. Submittals with an "S" are for inclusion in the Sustainability Notebook, in conformance with Section 01 33 29 SUSTAINABILITY REPORTING. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Preconstruction Survey

Solid Waste Management Permit; G

Regulatory Notifications; G

Environmental Protection Plan; G

Stormwater Notice of Intent (for NPDES coverage under the general permit for construction activities)

Dirt and Dust Control Plan

Employee Training Records

Environmental Manager Qualifications; G

SD-06 Test Reports

Inspection Reports

Solid Waste Management Report; G

SD-07 Certificates

Employee Training Records

ECATTS Certificate Of Completion; G

Erosion and Sediment Control Inspector Qualifications

SD-11 Closeout Submittals

Stormwater Pollution Prevention Plan Compliance Notebook; G

Stormwater Notice of Termination (for NPDES coverage under the general permit for construction activities); G

SECTION 01 57 19 Page 12

Page 514: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Waste Determination Documentation; G

Disposal Documentation for Hazardous and Regulated Waste; G

Assembled Employee Training Records

Solid Waste Management Permit; G

Solid Waste Management Report; G

Contractor Hazardous Material Inventory Log

Hazardous Waste/Debris Management; G

Regulatory Notifications

Sales Documentation

1.4 ENVIRONMENTAL PROTECTION REQUIREMENTS

Provide and maintain, during the life of the contract, environmental protection as defined. Plan for and provide environmental protective measures to control pollution that develops during construction practice. Plan for and provide environmental protective measures required to correct conditions that develop during the construction of permanent or temporary environmental features associated with the project. Protect the environmental resources within the project boundaries and those affected outside the limits of permanent work during the entire duration of this Contract. Comply with federal, state, and local regulations pertaining to the environment, including water, air, solid waste, hazardous waste and substances, oily substances, and noise pollution.

Tests and procedures assessing whether construction operations comply with Applicable Environmental Laws may be required. Analytical work must be performed by qualified laboratories; and where required by law, the laboratories must be certified.

1.4.1 Training in Environmental Compliance Assessment Training and Tracking System (ECATTS)

1.4.1.1 Personnel Requirements

The Environmental Manager is responsible for environmental compliance on projects. The Environmental Manager and must complete applicable ECATTS training modules (installation specific or general) prior to starting respective portions of on-site work under this Contract. If personnel changes occur for any of these positions after starting work, replacement personnel must complete applicable ECATTS training within 14 days of assignment to the project.

1.4.1.2 Certification

Submit an ECATTS certificate of completion for personnel who have completed the required ECATTS training. This training is web-based and can be accessed from any computer with Internet access using the following instructions.

Register for NAVFAC Environmental Compliance Training and Tracking System,

SECTION 01 57 19 Page 13

Page 515: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

by logging on to https://environmentaltraining.ecatts.com/. Obtain the password for registration from the Contracting Officer.

1.4.1.3 Refresher Training

This training has been structured to allow contractor personnel to receive credit under this contract and to carry forward credit to future contracts. Ensure the Environmental Manager review their training plans for new modules or updated training requirements prior to beginning work. Some training modules are tailored for specific state regulatory requirements; therefore, Contractors working in multiple states will be required to retake modules tailored to the state where the contract work is being performed.

1.4.2 Conformance with the Environmental Management System

Perform work under this contract consistent with the policy and objectives identified in the installation's Environmental Management System (EMS). Perform work in a manner that conforms to objectives and targets of the environmental programs and operational controls identified by the EMS. Support Government personnel when environmental compliance and EMS audits are conducted by escorting auditors at the Project site, answering questions, and providing proof of records being maintained. Provide monitoring and measurement information as necessary to address environmental performance relative to environmental, energy, and transportation management goals. In the event an EMS nonconformance or environmental noncompliance associated with the contracted services, tasks, or actions occurs, take corrective and preventative actions. In addition, employees must be aware of their roles and responsibilities under the installation EMS and of how these EMS roles and responsibilities affect work performed under the contract.

Coordinate with the installation's EMS coordinator to identify training needs associated with environmental aspects and the EMS, and arrange training or take other action to meet these needs. Provide training documentation to the Contracting Officer. The Installation Environmental Office will retain associated environmental compliance records. Make EMS Awareness training completion certificates available to Government auditors during EMS audits and include the certificates in the Employee Training Records. See paragraph EMPLOYEE TRAINING RECORDS.

1.5 SPECIAL ENVIRONMENTAL REQUIREMENTS

Comply with the special environmental requirements listed and attached at the end of this section.

1.6 QUALITY ASSURANCE

1.6.1 Preconstruction Survey and Protection of Features

This paragraph supplements the Contract Clause PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS. Prior to start of any onsite construction activities, perform a Preconstruction Survey of the project site with the Contracting Officer, and take photographs showing existing environmental conditions in and adjacent to the site. Submit a report for the record. Include in the report a plan describing the features requiring protection under the provisions of the Contract Clauses, which are not specifically identified on the drawings as environmental features requiring protection along with the condition of

SECTION 01 57 19 Page 14

Page 516: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

trees, shrubs and grassed areas immediately adjacent to the site of work and adjacent to the Contractor's assigned storage area and access route(s), as applicable. The Contractor and the Contracting Officer will sign this survey report upon mutual agreement regarding its accuracy and completeness. Protect those environmental features included in the survey report and any indicated on the drawings, regardless of interference that their preservation may cause to the work under the Contract.

1.6.2 Regulatory Notifications

Provide regulatory notification requirements in accordance with federal, state and local regulations. In cases where the Government will also provide public notification (such as stormwater permitting), coordinate with the Contracting Officer. Submit copies of regulatory notifications to the Contracting Officer within 5 days prior to commencement of work activities. Typically, regulatory notifications must be provided for the following (this listing is not all-inclusive): demolition, renovation, NPDES defined site work, construction, removal or use of a permitted air emissions source, and remediation of controlled substances (asbestos, hazardous waste, lead paint).

1.6.3 Environmental Brief

Attend an environmental brief to be included in the preconstruction meeting. Provide the following information: types, quantities, and use of hazardous materials that will be brought onto the installation; and types and quantities of wastes/wastewater that may be generated during the Contract. Discuss the results of the Preconstruction Survey at this time.

Prior to initiating any work on site, meet with the Contracting Officer and installation Environmental Office to discuss the proposed Environmental Protection Plan (EPP). Develop a mutual understanding relative to the details of environmental protection, including measures for protecting natural and cultural resources, required reports, required permits, permit requirements (such as mitigation measures), and other measures to be taken.

1.6.4 Environmental Manager

Appoint in writing an Environmental Manager for the project site. The Environmental Manager is directly responsible for coordinating contractor compliance with federal, state, local, and installation requirements. The Environmental Manager must ensure compliance with Hazardous Waste Program requirements (including hazardous waste handling, storage, manifesting, and disposal); implement the EPP; ensure environmental permits are obtained, maintained, and closed out; ensure compliance with Stormwater Program requirements; ensure compliance with Hazardous Materials (storage, handling, and reporting) requirements; and coordinate any remediation of regulated substances (lead, asbestos, PCB transformers). This can be a collateral position; however, the person in this position must be trained to adequately accomplish the following duties: ensure waste segregation and storage compatibility requirements are met; inspect and manage Satellite Accumulation areas; ensure only authorized personnel add wastes to containers; ensure Contractor personnel are trained in 40 CFR requirements in accordance with their position requirements; coordinate removal of waste containers; and maintain the Environmental Records binder and required documentation, including environmental permits compliance and close-out. Submit Environmental Manager Qualifications to the Contracting Officer.

SECTION 01 57 19 Page 15

Page 517: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.6.5 Employee Training Records

Prepare and maintain Employee Training Records throughout the term of the contract meeting applicable 40 CFR requirements. Provide Employee Training Records in the Environmental Records Binder. Submit these Assembled Employee Training Records to the Contracting Officer at the conclusion of the project, unless otherwise directed.

Train personnel to meet EPA and state requirements. Conduct environmental protection/pollution control meetings for personnel prior to commencing construction activities. Contact additional meetings for new personnel and when site conditions change. Include in the training and meeting agenda: methods of detecting and avoiding pollution; familiarization with statutory and contractual pollution standards; installation and care of devices, vegetative covers, and instruments required for monitoring purposes to ensure adequate and continuous environmental protection/pollution control; anticipated hazardous or toxic chemicals or wastes, and other regulated contaminants; recognition and protection of archaeological sites, artifacts, waters of the United States, and endangered species and their habitat that are known to be in the area. Provide copy of the Erosion and Sediment Control Inspector Qualifications as defined by EPA and Certification as required by the State of North Carolina.

1.6.6 Non-Compliance Notifications

The Contracting Officer will notify the Contractor in writing of any observed noncompliance with federal, state or local environmental laws or regulations, permits, and other elements of the Contractor's EPP. After receipt of such notice, inform the Contracting Officer of the proposed corrective action and take such action when approved by the Contracting Officer. The Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No time extensions will be granted or equitable adjustments allowed for any such suspensions. This is in addition to any other actions the Contracting Officer may take under the contract, or in accordance with the Federal Acquisition Regulation or Federal Law.

1.7 ENVIRONMENTAL PROTECTION PLAN

The purpose of the EPP is to present an overview of known or potential environmental issues that must be considered and addressed during construction. Incorporate construction related objectives and targets from the installation's EMS into the EPP. Include in the EPP measures for protecting natural and cultural resources, required reports, and other measures to be taken. Meet with the Contracting Officer or Contracting Officer Representative to discuss the EPP and develop a mutual understanding relative to the details for environmental protection including measures for protecting natural resources, required reports, and other measures to be taken. Submit the EPP not less than 10 days before the preconstruction meeting. Revise the EPP throughout the project to include any reporting requirements, changes in site conditions, or contract modifications that change the project scope of work in a way that could have an environmental impact. No requirement in this section will relieve the Contractor of any applicable federal, state, and local environmental protection laws and regulations. During Construction, identify, implement, and submit for approval any additional requirements to be included in the EPP. Maintain the current version onsite.

The EPP includes, but is not limited to, the following elements:

SECTION 01 57 19 Page 16

Page 518: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.7.1 General Overview and Purpose

1.7.1.1 Descriptions

A brief description of each specific plan required by environmental permit or elsewhere in this Contract such as stormwater pollution prevention plan, spill control plan, solid waste management plan, wastewater management plan, air pollution control plan, contaminant prevention plan, pesticide treatment plan, a historical, archaeological, cultural resources, biological resources and wetlands plan, traffic control plan Non-Hazardous Solid Waste Disposal Plan borrowing material plan.

1.7.1.2 Duties

The duties and level of authority assigned to the person(s) on the job site who oversee environmental compliance, such as who is responsible for adherence to the EPP, who is responsible for spill cleanup and training personnel on spill response procedures, who is responsible for manifesting hazardous waste to be removed from the site (if applicable), and who is responsible for training the Contractor's environmental protection personnel.

1.7.1.3 Procedures

A copy of any standard or project-specific operating procedures that will be used to effectively manage and protect the environment on the project site.

1.7.1.4 Communications

Communication and training procedures that will be used to convey environmental management requirements to Contractor employees and subcontractors.

1.7.1.5 Contact Information

Emergency contact information contact information (office phone number, cell phone number, and e-mail address).

1.7.2 General Site Information

1.7.2.1 Drawings

Drawings showing locations of proposed temporary excavations or embankments for haul roads, stream crossings, jurisdictional wetlands, material storage areas, structures, sanitary facilities, storm drains and conveyances, and stockpiles of excess soil.

1.7.2.2 Work Area

Work area plan showing the proposed activity in each portion of the area and identify the areas of limited use or nonuse. Include measures for marking the limits of use areas, including methods for protection of features to be preserved within authorized work areas and methods to control runoff and to contain materials on site, and a traffic control plan.

SECTION 01 57 19 Page 17

Page 519: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.7.2.3 Documentation

A letter signed by an officer of the firm appointing the Environmental Manager and stating that person is responsible for managing and implementing the Environmental Program as described in this contract. Include in this letter the Environmental Manager's authority to direct the removal and replacement of non-conforming work.

1.7.3 Management of Natural Resources

a. Land resources

b. Tree protection

c. Replacement of damaged landscape features

d. Temporary construction

e. Stream crossings

f. Fish and wildlife resources

g. Wetland areas

1.7.4 Protection of Historical and Archaeological Resources

a. Objectives

b. Methods

1.7.5 Stormwater Management and Control

a. Ground cover

b. Erodible soils

c. Temporary measures

(1) Structural Practices

(2) Temporary and permanent stabilization

d. Effective selection, implementation and maintenance of Best Management Practices (BMPs).

1.7.6 Protection of the Environment from Waste Derived from Contractor Operations

Control and disposal of solid and sanitary waste. Control and disposal of hazardous waste.

This item consist of the management procedures for hazardous waste to be generated. The elements of those procedures will coincide with the Installation Hazardous Waste Management Plan. The Contracting Officer will provide a copy of the Installation Hazardous Waste Management Plan. As a minimum, include the following:

a. List of the types of hazardous wastes expected to be generated

SECTION 01 57 19 Page 18

Page 520: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

b. Procedures to ensure a written waste determination is made for appropriate wastes that are to be generated

c. Sampling/analysis plan, including laboratory method(s) that will be used for waste determinations and copies of relevant laboratory certifications

d. Methods and proposed locations for hazardous waste accumulation/storage (that is, in tanks or containers)

e. Management procedures for storage, labeling, transportation, and disposal of waste (treatment of waste is not allowed unless specifically noted)

f. Management procedures and regulatory documentation ensuring disposal of hazardous waste complies with Land Disposal Restrictions (40 CFR 268)

g. Management procedures for recyclable hazardous materials such as lead-acid batteries, used oil, and similar

h. Used oil management procedures in accordance with 40 CFR 279; Hazardous waste minimization procedures

i. Plans for the disposal of hazardous waste by permitted facilities; and Procedures to be employed to ensure required employee training records are maintained.

1.7.7 Prevention of Releases to the Environment

Procedures to prevent releases to the environment

Notifications in the event of a release to the environment

1.7.8 Regulatory Notification and Permits

List what notifications and permit applications must be made. Some permits require up to 180 days to obtain. Demonstrate that those permits have been obtained or applied for by including copies of applicable environmental permits. The EPP will not be approved until the permits have been obtained.

1.7.9 Clean Air Act Compliance

1.7.9.1 Haul Route

Submit truck and material haul routes along with a Dirt and Dust Control Plan for controlling dirt, debris, and dust on Installation roadways. As a minimum, identify in the plan the subcontractor and equipment for cleaning along the haul route and measures to reduce dirt, dust, and debris from roadways.

1.7.9.2 Pollution Generating Equipment

Identify air pollution generating equipment or processes that may require federal, state, or local permits under the Clean Air Act. Determine requirements based on any current installation permits and the impacts of the project. Provide a list of all fixed or mobile equipment, machinery or operations that could generate air emissions during the project to the Installation Environmental Office (Air Program Manager).

SECTION 01 57 19 Page 19

Page 521: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.7.9.3 Stationary Internal Combustion Engines

Identify portable and stationary internal combustion engines that will be supplied, used or serviced. Comply with 40 CFR 60 Subpart IIII, 40 CFR 60 Subpart JJJJ, 40 CFR 63 Subpart ZZZZ, and local regulations as applicable. At minimum, include the make, model, serial number, manufacture date, size (engine brake horsepower), and EPA emission certification status of each engine. Maintain applicable records and log hours of operation and fuel use. Logs must include reasons for operation and delineate between emergency and non-emergency operation.

1.7.9.4 Refrigerants

Identify management practices to ensure that heating, ventilation, and air conditioning (HVAC) work involving refrigerants complies with 40 CFR 82 requirements. Technicians must be certified, maintain copies of certification on site, use certified equipment and log work that requires the addition or removal of refrigerant. Any refrigerant reclaimed is the property of the Government, coordinate with the Installation Environmental Office to determine the appropriate turn in location.

1.7.9.5 Air Pollution-engineering Processes

Identify planned air pollution-generating processes and management control measures (including, but not limited to, spray painting, abrasive blasting, demolition, material handling, fugitive dust, and fugitive emissions). Log hours of operations and track quantities of materials used.

1.7.9.6 Monitoring

For the protection of public health, monitor and control contaminant emissions to the air from Hazardous, Toxic, and Radioactive Waste remedial action area sources to minimize short-term risks that might be posed to the community during implementation of the remedial alternative in accordance with the following.

1.7.9.7 Compliant Materials

Provide the Government a list of and SDSs for all hazardous materials proposed for use on site. Materials must be compliant with all Clean Air Act regulations for emissions including solvent and volatile organic compound contents, and applicable National Emission Standards for Hazardous Air Pollutants requirements. The Government may alter or limit use of specific materials as needed to meet installation permit requirements for emissions.

1.8 LICENSES AND PERMITS

Obtain licenses and permits required for the construction of the project and in accordance with FAR 52.236-7. Notify the Government of all general use permitted equipment the Contractor plans to use on site. This paragraph supplements the Contractor's responsibility under FAR 52.236-7.

1.9 ENVIRONMENTAL RECORDS BINDER

Maintain on-site a separate three-ring Environmental Records Binder and submit at the completion of the project. Make separate parts within the binder that correspond to each submittal listed under paragraph CLOSEOUT SUBMITTALS in this section.

SECTION 01 57 19 Page 20

Page 522: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.10 PESTICIDE DELIVERY, STORAGE, AND HANDLING

1.10.1 Delivery and Storage

Deliver pesticides to the site in the original, unopened containers bearing legible labels indicating the EPA registration number and the manufacturer's registered uses. Store pesticides according to manufacturer's instructions and under lock and key when unattended.

1.10.2 Handling Requirements

Formulate, treat with, and dispose of pesticides and associated containers in accordance with label directions and use the clothing and personal protective equipment specified on the labeling for use during each phases of the application. Furnish SDSs for pesticide products.

1.11 SOLID WASTE MANAGEMENT PERMIT

Provide the Contracting Officer with written notification of the quantity of anticipated solid waste or debris that is anticipated or estimated to be generated by construction. Include in the report the locations where various types of waste will be disposed or recycled. Include letters of acceptance from the receiving location or as applicable; submit one copy of the receiving location state and local Solid Waste Management Permit or license showing such agency's approval of the disposal plan before transporting wastes off Government property.

1.11.1 Solid Waste Management Report

Monthly, submit a solid waste disposal report to the Contracting Officer. For each waste, the report will state the classification (using the definitions provided in this section), amount, location, and name of the business receiving the solid waste.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

3.1 PROTECTION OF NATURAL RESOURCES

Minimize interference with, disturbance to, and damage to fish, wildlife, and plants, including their habitats. Prior to the commencement of activities, consult with the Installation Environmental Office, regarding rare species or sensitive habitats that need to be protected. The protection of rare, threatened, and endangered animal and plant species identified, including their habitats, is the Contractor's responsibility.

Preserve the natural resources within the project boundaries and outside the limits of permanent work. Restore to an equivalent or improved condition upon completion of work that is consistent with the requirements of the Installation Environmental Office or as otherwise specified. Confine construction activities to within the limits of the work indicated or specified.

3.1.1 Flow Ways

Do not alter water flows or otherwise significantly disturb the native habitat adjacent to the project and critical to the survival of fish and

SECTION 01 57 19 Page 21

Page 523: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

wildlife, except as specified and permitted.

3.1.2 Vegetation

Except in areas to be cleared, do not remove, cut, deface, injure, or destroy trees or shrubs without the Contracting Officer's permission. Do not fasten or attach ropes, cables, or guys to existing nearby trees for anchorages unless authorized by the Contracting Officer. Where such use of attached ropes, cables, or guys is authorized, the Contractor is responsible for any resultant damage.

Protect existing trees that are to remain to ensure they are not injured, bruised, defaced, or otherwise damaged by construction operations. Remove displaced rocks from uncleared areas. Coordinate with the Contracting Officer and Installation Environmental Office to determine appropriate action for trees and other landscape features scarred or damaged by equipment operations.

3.1.3 Streams

Stream crossings must allow movement of materials or equipment without violating water pollution control standards of the federal, state, and local governments. Construction of stream crossing structures must be in compliance with any required permits including, but not limited to, Clean Water Act Section 404, and Section 401 Water Quality.

The Contracting Officer's approval and appropriate permits are required before any equipment will be permitted to ford live streams. In areas where frequent crossings are required, install temporary culverts or bridges. Obtain Contracting Officer's approval prior to installation. Remove temporary culverts or bridges upon completion of work, and repair the area to its original condition unless otherwise required by the Contracting Officer.

3.2 STORMWATER

Do not discharge stormwater from construction sites to the sanitary sewer. If the water is noted or suspected of being contaminated, it may only be released to the storm drain system if the discharge is specifically permitted. Obtain authorization in advance from the Installation Environmental Office for any release of contaminated water.

3.2.1 Construction General Permit

Provide a Construction General Permit as required by 40 CFR 122.26 orthe State of North Carolina General Permit. Under the terms and conditions of the permit, install, inspect, maintain BMPs, prepare stormwater erosion and sediment control inspection reports, and submit SWPPP inspection reports. Maintain construction operations and management in compliance with the terms and conditions of the general permit for stormwater discharges from construction activities.

3.2.1.1 Stormwater Pollution Prevention Plan

Submit a project-specific Stormwater Pollution Prevention Plan (SWPPP) to the Contracting Officer for approval, prior to the commencement of work. The SWPPP must meet the requirements of 40 CFR 122.26, the EPA General Permit and the North Carolina State General Permit for stormwater discharges from construction sites.

SECTION 01 57 19 Page 22

Page 524: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Include the following:

a. Comply with terms of the EPA and North Carolina general permit for stormwater discharges from construction activities. Prepare SWPPP in accordance with North Carolina and EPA requirements.

b. Select applicable BMPs from EPA Fact Sheets located at http://water.epa.gov/polwaste/npdes/swbmp/Construction-Site-StormWater-Run-Off-Control.cfm or in accordance with applicable state or local requirements.

c. Include a completed copy of the Notice of Intent, BMP Inspection Report Template, and Stormwater Notice of Termination, except for the effective date.

3.2.1.2 Stormwater Notice of Intent for Construction Activities

Submit the approved NOI and appropriate permit fees onto the appropriate federal or state agency for approval. No land disturbing activities may commence without permit coverage. Maintain an approved copy of the SWPPP at the onsite construction office, and continually update as regulations require, reflecting current site conditions.

3.2.1.3 Inspection Reports

Submit "Inspection Reports" to the Contracting Officer in accordance with EPA and the State of North Carolina Construction General Permit.

3.2.1.4 Stormwater Pollution Prevention Plan Compliance Notebook

Create and maintain a three ring binder of documents that demonstrate compliance with the Construction General Permit. Include a copy of the permit Notice of Intent, proof of permit fee payment, SWPPP and SWPPP update amendments, inspection reports and related corrective action records, copies of correspondence with the EPA and the North Carolina State Permitting Agency, and a copy of the permit Notice of Termination in the binder. At project completion, the notebook becomes property of the Government. Provide the compliance notebook to the Contracting Officer.

3.2.1.5 Stormwater Notice of Termination for Construction Activities

Submit a Notice of Termination to the Contracting Officer for approval once construction is complete and final stabilization has been achieved on all portions of the site for which the permittee is responsible. Once approved, submit the Notice of Termination to the appropriate state or federal agency.

3.2.2 Erosion and Sediment Control Measures

Provide erosion and sediment control measures in accordance with the construction drawings

3.2.2.1 Erosion Control

Prevent erosion in accordance with the construction drawings.

SECTION 01 57 19 Page 23

Page 525: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.2.2.2 Sediment Control Practices

Implement sediment control practices in accordance with the construction drawings.

3.2.3 Work Area Limits

Mark the areas that need not be disturbed under this Contract prior to commencing construction activities. Mark or fence isolated areas within the general work area that are not to be disturbed. Protect monuments and markers before construction operations commence. Where construction operations are to be conducted during darkness, any markers must be visible in the dark. Personnel must be knowledgeable of the purpose for marking and protecting particular objects.

3.2.4 Contractor Facilities and Work Areas

Place field offices, staging areas, stockpile storage, and temporary buildings in areas designated on the drawings or as directed by the Contracting Officer. Move or relocate the Contractor facilities only when approved by the Government. Provide erosion and sediment controls for onsite borrow and spoil areas to prevent sediment from entering nearby waters. Control temporary excavation and embankments for plant or work areas to protect adjacent areas.

3.2.5 Municipal Separate Storm Sewer System (MS4) Management

Comply with the Installation's MS4 permit requirements.

3.3 SURFACE AND GROUNDWATER

3.3.1 Waters of the United States

Do not enter, disturb, destroy, or allow discharge of contaminants into waters of the United States

3.4 PROTECTION OF CULTURAL RESOURCES

3.4.1 Archaeological Resources

If, during excavation or other construction activities, any previously unidentified or unanticipated historical, archaeological, and cultural resources are discovered or found, activities that may damage or alter such resources will be suspended. Resources covered by this paragraph include, but are not limited to: any human skeletal remains or burials; artifacts; shell, midden, bone, charcoal, or other deposits; rock or coral alignments, pavings, wall, or other constructed features; and any indication of agricultural or other human activities. Upon such discovery or find, immediately notify the Contracting Officer so that the appropriate authorities may be notified and a determination made as to their significance and what, if any, special disposition of the finds should be made. Cease all activities that may result in impact to or the destruction of these resources. Secure the area and prevent employees or other persons from trespassing on, removing, or otherwise disturbing such resources. The Government retains ownership and control over archaeological resources.

3.5 AIR RESOURCES

Equipment operation, activities, or processes will be in accordance with

SECTION 01 57 19 Page 24

Page 526: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

40 CFR 64 and state air emission and performance laws and standards.

3.5.1 Preconstruction Air Permits

Notify the Air Program Manager, through the Contracting Officer, at least 6 months prior to bringing equipment, assembled or unassembled, onto the Installation, so that air permits can be secured. Necessary permitting time must be considered in regard to construction activities. Clean Air Act (CAA) permits must be obtained prior to bringing equipment, assembled or unassembled, onto the Installation.

3.5.2 Burning

Burning is prohibited on the Government premises.

3.5.3 Dust Control

Keep dust down at all times, including during nonworking periods. Sprinkle or treat, with dust suppressants, the soil at the site, haul roads, and other areas disturbed by operations. Dry power brooming will not be permitted. Instead, use vacuuming, wet mopping, wet sweeping, or wet power brooming. Air blowing will be permitted only for cleaning nonparticulate debris such as steel reinforcing bars. Only wet cutting will be permitted for cutting concrete blocks, concrete, and bituminous concrete. Do not unnecessarily shake bags of cement, concrete mortar, or plaster.

3.5.3.1 Particulates

Dust particles, aerosols and gaseous by-products from construction activities, and processing and preparation of materials (such as from asphaltic batch plants) must be controlled at all times, including weekends, holidays, and hours when work is not in progress. Maintain excavations, stockpiles, haul roads, permanent and temporary access roads, plant sites, spoil areas, borrow areas, and other work areas within or outside the project boundaries free from particulates that would exceed 40 CFR 50, state, and local air pollution standards or that would cause a hazard or a nuisance. Sprinkling, chemical treatment of an approved type, baghouse, scrubbers, electrostatic precipitators, or other methods will be permitted to control particulates in the work area. Sprinkling, to be efficient, must be repeated to keep the disturbed area damp. Provide sufficient, competent equipment available to accomplish these tasks. Perform particulate control as the work proceeds and whenever a particulate nuisance or hazard occurs. Comply with state and local visibility regulations.

3.5.4 Odors

Control odors from construction activities. The odors must be in compliance with state regulations and local ordinances and may not constitute a health hazard.

3.6 WASTE MINIMIZATION

Minimize the use of hazardous materials and the generation of waste. Include procedures for pollution prevention/ hazardous waste minimization in the Hazardous Waste Management Section of the EPP. Obtain a copy of the installation's Pollution Prevention/Hazardous Waste Minimization Plan for reference material when preparing this part of the EPP. If no written plan exists, obtain information by contacting the Contracting Officer. Describe the anticipated types of the hazardous materials to be used in the

SECTION 01 57 19 Page 25

Page 527: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

construction when requesting information.

3.6.1 Salvage, Reuse and Recycle

Identify anticipated materials and waste for salvage, reuse, and recycling. Describe actions to promote material reuse, resale or recycling. To the extent practicable, all scrap metal must be sent for reuse or recycling and will not be disposed of in a landfill.

Include the name, physical address, and telephone number of the hauler, if transported by a franchised solid waste hauler. Include the destination and, unless exempted, provide a copy of the state or local permit (cover) or license for recycling.

3.6.2 Nonhazardous Solid Waste Diversion Report

Maintain an inventory of nonhazardous solid waste diversion and disposal of construction and demolition debris.

3.7 WASTE MANAGEMENT AND DISPOSAL

3.7.1 Waste Determination Documentation

Complete a Waste Determination form (provided at the pre-construction conference) for Contractor-derived wastes to be generated. All potentially hazardous solid waste streams that are not subject to a specific exclusion or exemption from the hazardous waste regulations (e.g. scrap metal, domestic sewage) or subject to special rules, (lead-acid batteries and precious metals) must be characterized in accordance with the requirements of 40 CFR 261 or corresponding applicable state or local regulations. Base waste determination on user knowledge of the processes and materials used, and analytical data when necessary. Consult with the Installation environmental staff for guidance on specific requirements. Attach support documentation to the Waste Determination form. As a minimum, provide a Waste Determination form for the following waste (this listing is not inclusive): oil- and latex -based painting and caulking products, solvents, adhesives, aerosols, petroleum products, and containers of the original materials.

3.7.2 Solid Waste Management

3.7.2.1 Solid Waste Management Report

Provide copies of the waste handling facilities' weight tickets, receipts, bills of sale, and other sales documentation. In lieu of sales documentation, a statement indicating the disposal location for the solid waste that is signed by an employee authorized to legally obligate or bind the firm may be submitted. The sales documentation must include the receiver's tax identification number and business, EPA or state registration number, along with the receiver's delivery and business addresses and telephone numbers. For each solid waste retained for the Contractor's own use, submit the information previously described in this paragraph on the solid waste disposal report. Prices paid or received do not have to be reported to the Contracting Officer unless required by other provisions or specifications of this Contract or public law.

3.7.2.2 Control and Management of Solid Wastes

Pick up solid wastes, and place in covered containers that are regularly

SECTION 01 57 19 Page 26

Page 528: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

emptied. Do not prepare or cook food on the project site. Prevent contamination of the site or other areas when handling and disposing of wastes. At project completion, leave the areas clean. Employ segregation measures so that no hazardous or toxic waste will become co-mingled with non-hazardous solid waste. Transport solid waste off Government property and dispose of it in compliance with 40 CFR 260, state, and local requirements for solid waste disposal. A Subtitle D RCRA permitted landfill is the minimum acceptable offsite solid waste disposal option. Verify that the selected transporters and disposal facilities have the necessary permits and licenses to operate. Solid waste disposal offsite must comply with most stringent local, state, and federal requirements, including 40 CFR 241, 40 CFR 243, and 40 CFR 258.

Manage hazardous material used in construction, including but not limited to, aerosol cans, waste paint, cleaning solvents, contaminated brushes, and used rags, in accordance with 49 CFR 173.

3.7.3 Control and Management of Hazardous Waste

Do not dispose of hazardous waste on Government property. Do not discharge any waste to a sanitary sewer, storm drain, or to surface waters or conduct waste treatment or disposal on Government property without written approval of the Contracting Officer.

3.7.3.1 Hazardous Waste/Debris Management

Identify construction activities that will generate hazardous waste or debris. Provide a documented waste determination for resultant waste streams. Identify, label, handle, store, and dispose of hazardous waste or debris in accordance with federal, state, and local regulations, including 40 CFR 261, 40 CFR 262, 40 CFR 263, 40 CFR 264, 40 CFR 265, 40 CFR 266, and 40 CFR 268.

Manage hazardous waste in accordance with the approved Hazardous Waste Management Section of the EPP. Store hazardous wastes in approved containers in accordance with 49 CFR 173 and 49 CFR 178. Hazardous waste generated within the confines of Government facilities is identified as being generated by the Government. Prior to removal of any hazardous waste from Government property, hazardous waste manifests must be signed by personnel from the Installation Environmental Office. Do not bring hazardous waste onto Government property. Provide the Contracting Officer with a copy of waste determination documentation for any solid waste streams that have any potential to be hazardous waste or contain any chemical constituents listed in 40 CFR 372-SUBPART D.

3.7.3.2 Hazardous Waste Disposal

3.7.3.2.1 Responsibilities for Contractor's Disposal

Provide hazardous waste manifest to the Installations Environmental Office for review, approval, and signature prior to shipping waste off Government property.

3.7.3.2.1.1 Services

Provide service necessary for the final treatment or disposal of the hazardous material or waste in accordance with 40 CFR 260, local, and state, laws and regulations, and the terms and conditions of the Contract within 60 days after the materials have been generated. These services

SECTION 01 57 19 Page 27

Page 529: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

include necessary personnel, labor, transportation, packaging, detailed analysis (if required for disposal or transportation, include manifesting or complete waste profile sheets, equipment, and compile documentation).

3.7.3.2.1.2 Samples

Obtain a representative sample of the material generated for each job done to provide waste stream determination.

3.7.3.2.1.3 Analysis

Analyze each sample taken and provide analytical results to the Contracting Officer. See paragraph WASTE DETERMINATION DOCUMENTATION.

3.7.3.2.1.4 Labeling

Determine the Department of Transportation's (DOT's) proper shipping names for waste (each container requiring disposal) and demonstrate to the Contracting Officer how this determination is developed and supported by the sampling and analysis requirements contained herein. Label all containers of hazardous waste with the words "Hazardous Waste" or other words to describe the contents of the container in accordance with 40 CFR 262.31 and applicable state or local regulations.

3.7.3.3 Universal Waste Management

Manage the following categories of universal waste in accordance with federal, state, and local requirements and installation instructions:

a. Batteries as described in 40 CFR 273.2

b. Lamps as described in 40 CFR 273.5

c. Mercury-containing equipment as described in 40 CFR 273.4

d. Pesticides as described in 40 CFR 273.3

Mercury is prohibited in the construction of this facility, unless specified otherwise, and with the exception of mercury vapor lamps and fluorescent lamps. Dumping of mercury-containing materials and devices such as mercury vapor lamps, fluorescent lamps, and mercury switches, in rubbish containers is prohibited. Remove without breaking, pack to prevent breakage, and transport out of the activity in an unbroken condition for disposal as directed.

3.7.3.4 Electronics End-of-Life Management

Recycle or dispose of electronics waste, including, but not limited to, used electronic devices such computers, monitors, hard-copy devices, televisions, mobile devices, in accordance with 40 CFR 260-262, state, and local requirements, and installation instructions.

3.7.3.5 Disposal Documentation for Hazardous and Regulated Waste

Contact the Contracting Officer for the facility RCRA identification number that is to be used on each manifest.

SECTION 01 57 19 Page 28

Page 530: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.7.4 Releases/Spills of Oil and Hazardous Substances

3.7.4.1 Response and Notifications

Exercise due diligence to prevent, contain, and respond to spills of hazardous material, hazardous substances, hazardous waste, sewage, regulated gas, petroleum, lubrication oil, and other substances regulated in accordance with 40 CFR 300. Maintain spill cleanup equipment and materials at the work site. In the event of a spill, take prompt, effective action to stop, contain, curtail, or otherwise limit the amount, duration, and severity of the spill/release. In the event of any releases of oil and hazardous substances, chemicals, or gases; immediately (within 15 minutes) notify the Installation Fire Department, the Installation Command Duty Officer, the Installation Environmental Office, and the Contracting Officer.

Submit verbal and written notifications as required by the federal (40 CFR 300.125 and 40 CFR 355), state, local regulations and instructions. Provide copies of the written notification and documentation that a verbal notification was made within 20 days. Spill response must be in accordance with 40 CFR 300 and applicable state and local regulations. Contain and clean up these spills without cost to the Government.

3.7.4.2 Clean Up

Clean up hazardous and non-hazardous waste spills. Reimburse the Government for costs incurred including sample analysis materials, clothing, equipment, and labor if the Government will initiate its own spill cleanup procedures, for Contractor- responsible spills, when: Spill cleanup procedures have not begun within one hour of spill discovery/occurrence; or, in the Government's judgment, spill cleanup is inadequate and the spill remains a threat to human health or the environment.

3.7.5 Mercury Materials

Immediately report to the Environmental Office and the Contracting Officer instances of breakage or mercury spillage. Clean mercury spill area to the satisfaction of the Contracting Officer.

Do not recycle a mercury spill cleanup; manage it as a hazardous waste for disposal.

3.7.6 Wastewater

3.7.6.1 Disposal of wastewater must be as specified below.

3.7.6.1.1 Treatment

Do not allow wastewater from construction activities, such as onsite material processing, concrete curing, foundation and concrete clean-up, water used in concrete trucks, and forms to enter water ways or to be discharged prior to being treated to remove pollutants. Dispose of the construction- related waste water off-Government property in accordance with 40 CFR 403, state, regional, and local laws and regulations.

3.7.6.1.2 Surface Discharge

For discharge of ground water, Surface discharge in accordance with the

SECTION 01 57 19 Page 29

Page 531: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

requirements of the NPDES or North Carolina STORMWATER DISCHARGES FROM CONSTRUCTION SITES permit.

3.7.6.1.3 Land Application

Water generated from the flushing of lines after disinfection or disinfection in conjunction with hydrostatic testing must be land- applied in accordance with federal, state, and local laws and regulations for land application.

3.8 HAZARDOUS MATERIAL MANAGEMENT

Include hazardous material control procedures in the Safety Plan, in accordance with Section 01 35 26 GOVERNMENTAL SAFETY REQUIREMENTS. Address procedures and proper handling of hazardous materials, including the appropriate transportation requirements. Do not bring hazardous material onto Government property that does not directly relate to requirements for the performance of this contract. Submit an SDS and estimated quantities to be used for each hazardous material to the Contracting Officer prior to bringing the material on the installation. Typical materials requiring SDS and quantity reporting include, but are not limited to, oil and latex based painting and caulking products, solvents, adhesives, aerosol, and petroleum products. Use hazardous materials in a manner that minimizes the amount of hazardous waste generated. Containers of hazardous materials must have National Fire Protection Association labels or their equivalent. Certify that hazardous materials removed from the site are hazardous materials and do not meet the definition of hazardous waste, in accordance with 40 CFR 261.

3.8.1 Contractor Hazardous Material Inventory Log

Submit the "Contractor Hazardous Material Inventory Log"(found at: http://www.wbdg.org/ccb/NAVGRAPH/graphtoc.pdf), which provides information required by (EPCRA Sections 312 and 313) along with corresponding SDS, to the Contracting Officer at the start and at the end of construction (30 days from final acceptance), and update no later than January 31 of each calendar year during the life of the contract. Keep copies of the SDSs for hazardous materials onsite. At the end of the project, provide the Contracting Officer with copies of the SDSs, and the maximum quantity of each material that was present at the site at any one time, the dates the material was present, the amount of each material that was used during the project, and how the material was used.

The Contracting Officer may request documentation for any spills or releases, environmental reports, or off-site transfers.

3.9 PREVIOUSLY USED EQUIPMENT

Clean previously used construction equipment prior to bringing it onto the project site. Equipment must be free from soil residuals, egg deposits from plant pests, noxious weeds, and plant seeds. Consult with the U.S. Department of Agriculture jurisdictional office for additional cleaning requirements.

3.10 CONTROL AND MANAGEMENT OF ASBESTOS-CONTAINING MATERIAL (ACM)

Manage and dispose of asbestos- containing waste in accordance with 40 CFR 61. Manifest asbestos-containing waste and provide the manifest to the Contracting Officer. Notifications to the state and Installation Air Program Manager are required before starting any asbestos work.

SECTION 01 57 19 Page 30

Page 532: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.11 CONTROL AND MANAGEMENT OF LEAD-BASED PAINT (LBP)

Manage and dispose of lead-contaminated waste in accordance with 40 CFR 745. Manifest any lead-contaminated waste and provide the manifest to the Contracting Officer.

3.12 CONTROL AND MANAGEMENT OF POLYCHLORINATED BIPHENYLS (PCBS)

Manage and dispose of PCB-contaminated waste in accordance with 40 CFR 761.

3.13 CONTROL AND MANAGEMENT OF LIGHTING BALLAST AND LAMPS CONTAINING PCBS

Manage and dispose of contaminated waste in accordance with 40 CFR 761.

3.14 MILITARY MUNITIONS

In the event military munitions, as defined in 40 CFR 260, are discovered or uncovered, immediately stop work in that area and immediately inform the Contracting Officer.

3.15 PETROLEUM, OIL, LUBRICANT (POL) STORAGE AND FUELING

POL products include flammable or combustible liquids, such as gasoline, diesel, lubricating oil, used engine oil, hydraulic oil, mineral oil, and cooking oil. Store POL products and fuel equipment and motor vehicles in a manner that affords the maximum protection against spills into the environment. Manage and store POL products in accordance with EPA 40 CFR 112, and other federal, state, regional, and local laws and regulations. Use secondary containments, dikes, curbs, and other barriers, to prevent POL products from spilling and entering the ground, storm or sewer drains, stormwater ditches or canals, or navigable waters of the United States. Describe in the EPP (see paragraph ENVIRONMENTAL PROTECTION PLAN) how POL tanks and containers must be stored, managed, and inspected and what protections must be provided. Storage of oil, including fuel, on the project site is not allowed. Fuel must be brought to the project site each day that work is performed.

3.15.1 Used Oil Management

Manage used oil generated on site in accordance with 40 CFR 279. Determine if any used oil generated while onsite exhibits a characteristic of hazardous waste. Used oil containing 1,000 parts per million of solvents is considered a hazardous waste and disposed of at the Contractor's expense. Used oil mixed with a hazardous waste is also considered a hazardous waste. Dispose in accordance with paragraph HAZARDOUS WASTE DISPOSAL.

3.15.2 Oil Storage Including Fuel Tanks

Provide secondary containment and overfill protection for oil storage tanks. A berm used to provide secondary containment must be of sufficient size and strength to contain the contents of the tanks plus 5 inches freeboard for precipitation. Construct the berm to be impervious to oil for 72 hours that no discharge will permeate, drain, infiltrate, or otherwise escape before cleanup occurs. Use drip pans during oil transfer operations; adequate absorbent material must be onsite to clean up any spills and prevent releases to the environment. Cover tanks and drip pans during inclement weather. Provide procedures and equipment to prevent

SECTION 01 57 19 Page 31

Page 533: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

overfilling of tanks. If tanks and containers with an aggregate aboveground capacity greater than 1320 gallons will be used onsite (only containers with a capacity of 55 gallons or greater are counted), provide and implement a SPCC plan meeting the requirements of 40 CFR 112. Do not bring underground storage tanks to the installation for Contractor use during a project. Submit the SPCC plan to the Contracting Officer for approval.

Monitor and remove any rainwater that accumulates in open containment dikes or berms. Inspect the accumulated rainwater prior to draining from a containment dike to the environment, to determine there is no oil sheen present.

3.16 INADVERTENT DISCOVERY OF PETROLEUM-CONTAMINATED SOIL OR HAZARDOUS WASTES

If petroleum-contaminated soil, or suspected hazardous waste is found during construction that was not identified in the Contract documents, immediately notify the Contracting Officer. Do not disturb this material until authorized by the Contracting Officer.

3.17 PEST MANAGEMENT

In order to minimize impacts to existing fauna and flora, coordinate with the Installation Pest Management Coordinator (IPMC) or Project Pesticide Coordinator (PPC), through the Contracting Officer, at the earliest possible time prior to pesticide application. Discuss integrated pest management strategies with the IPMC and receive concurrence from the IPMC through the Contracting Officer prior to the application of any pesticide associated with these specifications. Provide Installation Project Office Pest Management personnel the opportunity to be present at meetings concerning treatment measures for pest or disease control and during application of the pesticide. The use and management of pesticides are regulated under 40 CFR 152 - 186.

3.17.1 Application

Apply pesticides using a state-certified pesticide applicator in accordance with EPA label restrictions and recommendation. The certified applicator must wear clothing and personal protective equipment as specified on the pesticide label. The Contracting Officer will designate locations for water used in formulating. Do not allow the equipment to overflow. Inspect equipment for leaks, clogging, wear, or damage and repair prior to application of pesticide.

3.17.2 Pesticide Treatment Plan

Include and update a pesticide treatment plan, as information becomes available. Include in the plan the sequence of treatment, dates, times, locations, pesticide trade name, EPA registration numbers, authorized uses, chemical composition, formulation, original and applied concentration, application rates of active ingredient (that is, pounds of active ingredient applied), equipment used for application and calibration of equipment. Comply with 40 CFR 152-189, state, regional, and local pest management record-keeping and reporting requirements as well as any additional Installation Project Office specific requirements in conformance with DA AR 200-1 Chapter 5, Pest Management, Section 5-4 "Program requirements" for data required to be reported to the Installation.

SECTION 01 57 19 Page 32

Page 534: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.18 CHLORDANE

Evaluate excess soils and concrete foundation debris generated during the demolition of housing units or other wooden structures for the presence of chlordane or other pesticides prior to reuse or final disposal.

3.19 SOUND INTRUSION

Make the maximum use of low-noise emission products, as certified by the EPA. Blasting or use of explosives are not permitted without written permission from the Contracting Officer, and then only during the designated times.

Keep construction activities under surveillance and control to minimize environment damage by noise. Comply with the provisions of the State of North Carolina rules.

3.20 POST CONSTRUCTION CLEANUP

Clean up areas used for construction in accordance with Contract Clause: "Cleaning Up". Unless otherwise instructed in writing by the Contracting Officer, remove traces of temporary construction facilities such as haul roads, work area, structures, foundations of temporary structures, stockpiles of excess or waste materials, and other vestiges of construction prior to final acceptance of the work. Grade parking area and similar temporarily used areas to conform with surrounding contours.

-- End of Section --

SECTION 01 57 19 Page 33

Page 535: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 62 35

RECYCLED/RECOVERED/BIOBASED MATERIALS

05/13

PART 1 GENERAL

1.1 REFERENCES 1.2 OBJECTIVES 1.3 SUBMITTALS 1.4 DESIGNATED ITEMS INCORPORATED IN THE WORK 1.5 PROPOSED ITEMS INCORPORATED IN THE WORK 1.6 LISTED ITEMS USED IN CONDUCT OF THE WORK BUT NOT INCORPORATED IN

THE WORK 1.7 BIOPREFERRED FPP

PART 2 PRODUCTS

PART 3 EXECUTION

-- End of Section Table of Contents --

SECTION 01 62 35 Page 1

Page 536: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 62 35

RECYCLED/RECOVERED/BIOBASED MATERIALS

05/13

PART 1 GENERAL

1.1 REFERENCES

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

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

40 CFR 247 Comprehensive Procurement Guideline for Products Containing Recovered Materials

48 CFR 23 Environment, Energy and Water Efficiency, Renewable Energy Technologies, Occupational Safety, and Drug-Free Workplace

1.2 OBJECTIVES

Government procurement policy is to acquire, in a cost effective manner, items containing the highest percentage of recycled, recovered and biobased materials practicable consistent with maintaining a satisfactory level of competition without adversely affecting performance requirements or exposing suppliers' employees to undue hazards from the recovered materials. The Environmental Protection Agency (EPA) and the United Stats Department of Agriculture (USDA)has designated certain items which must contain a specified percent range of recovered or recycled materials. EPA and USDA designated products specified in this contract comply with the stated policy and with the EPA and USDA guidelines. Make all reasonable efforts to use recycled, recovered and biobased materials in providing the EPA and USDA designated products and in otherwise utilizing recycled, recovered and biobased materials in the execution of the work.

1.3 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for Contractor Quality Control approval. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Biobased Products

1.4 DESIGNATED ITEMS INCORPORATED IN THE WORK

Various sections of the specifications contain requirements for materials that have been designated by EPA and USDA as being products which are or can be made with recovered or recycled, recovered and biobased materials.

SECTION 01 62 35 Page 2

Page 537: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

These items, when incorporated into the work under this contract, shall contain at least the specified percentage of recycled or recovered materials or biobased unless adequate justification (non-availability) for non-use is provided. When a designated item is specified as an option to a non-designated item, the designated item requirements apply only if the designated item is used in the work.

1.5 PROPOSED ITEMS INCORPORATED IN THE WORK

Products other than those designated by EPA and USDA are still being researched and are being considered for future Comprehensive Procurement Guideline (CPG) and USDA's Federal Procument Preferences (FPP) designations. It is recommended that these items, when incorporated in the work under this contract, contain the highest practicable percentage of recycled, recovered and biobased materials, provided specified requirements are also met.

1.6 LISTED ITEMS USED IN CONDUCT OF THE WORK BUT NOT INCORPORATED IN THE WORK

Many products listed in 40 CFR 247 and 48 CFR 23 have been designated or proposed by EPA and USDA to include recycled, recovered and biobased materials that may be used by the Contractor in performing the work but will not be incorporated into the work. These products include office products, temporary traffic control products, and pallets. It is recommended that these non-construction products, when used in the conduct of the work, contain the highest practicable percentage of recycled, recovered and biobased materials and that these products be recycled when no longer needed.

1.7 BIOPREFERRED FPP

Utilize products and material made from biobased materials to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. All supplies and materials shall be of a type and quality that conform to applicable specifications and standards.

Biobased products that are designated for preferred procurement under USDA’s BioPreferred program must meet the required minimum biobased content. Refer to http://www.biopreferred.gov/ProductCategories.aspx for the product categories and http://www.biopreferred.gov/bioPreferredCatalog/faces/jsp/catalogLanding.jsp for the BioPreferred Catalog. Submit data for the biobased products to include biobased content and source of biobased material; indicating the name of the manufacturer, cost of each material, and the intended use of each of the materials that are to be used in carrying out the requirements of the contract.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

Not Used

-- End of Section --

SECTION 01 62 35 Page 3

Page 538: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 74 19

CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT

01/07

PART 1 GENERAL

1.1 REFERENCES 1.2 GOVERNMENT POLICY 1.3 MANAGEMENT 1.4 SUBMITTALS 1.5 MEETINGS 1.6 WASTE MANAGEMENT PLAN 1.7 RECORDS 1.8 REPORTS 1.9 COLLECTION 1.9.1 Source Separated Method 1.9.2 Co-Mingled Method 1.9.3 Other Methods 1.10 DISPOSAL 1.10.1 Reuse 1.10.2 Recycle 1.10.3 Waste 1.10.4 Return

PART 2 PRODUCTS

PART 3 EXECUTION

-- End of Section Table of Contents --

SECTION 01 74 19 Page 1

Page 539: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 74 19

CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT01/07

PART 1 GENERAL

1.1 REFERENCES

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

U.S. GREEN BUILDING COUNCIL (USGBC)

LEED BD+C (2009; R 2010) Leadership in Energy and Environmental Design(tm) Building Design and Construction (LEED-NC)

LEED GBDC Ref Guide (2009; R 2010) LEED Reference Guide for Green Building Design, Construction and Major Renovations of Commercial and Institutional Buildings including Core & Shell and K-12 Projects

1.2 GOVERNMENT POLICY

Government policy is to apply sound environmental principles in the design, construction and use of facilities. As part of the implementation of that policy: (1) practice efficient waste management when sizing, cutting, and installing products and materials and (2) use all reasonable means to divert construction and demolition waste from landfills and incinerators and to facilitate their recycling or reuse. Divert a minimum of 75 percent by weight of total project solid waste from the landfill.

1.3 MANAGEMENT

Develop and implement a waste management program. Take a pro-active, responsible role in the management of construction and demolition waste and require all subcontractors, vendors, and suppliers to participate in the effort. The Contractor's Environmental Protection Manager, as specified in Section 01 57 19 TEMPORARY ENVIRONMENTAL CONTROLS, is responsible for instructing workers and overseeing and documenting results of the Waste Management Plan for the project. Construction and demolition waste includes products of demolition or removal, excess or unusable construction materials, packaging materials for construction products, and other materials generated during the construction process but not incorporated into the work. In the management of waste, consider the availability of viable markets, the condition of the material, the ability to provide the material in suitable condition and in a quantity acceptable to available markets, and time constraints imposed by internal project completion mandates. Implement any special programs involving rebates or similar incentives related to recycling of waste. Revenues or other savings obtained for salvage, or recycling accrue to the Contractor. Appropriately permit firms and facilities used for recycling, reuse, and disposal for the intended use to the extent required by federal, state, and local regulations. Also, provide on-site instruction of appropriate separation,

SECTION 01 74 19 Page 2

Page 540: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

handling, recycling, salvage, reuse, and return methods to be used by all parties at the appropriate stages of the project.

1.4 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for Contractor Quality Control approval. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. Submittals with an "S" are for inclusion in the Sustainability Notebook, in conformance to Section 01 33 29 SUSTAINABILITY REPORTING. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Waste Management Plan; G

SD-11 Closeout Submittals

Records; S

1.5 MEETINGS

Conduct Construction Waste Management meetings. After award of the Contract and prior to commencement of work, schedule and conduct a meeting with the Contracting Officer to discuss the proposed Waste Management Plan and to develop a mutual understanding relative to the details of waste management. The requirements for this meeting may be fulfilled during the coordination and mutual understanding meeting outlined in Section 01 45 00.00 10 QUALITY CONTROL. At a minimum, discuss environmental and waste management goals and issues at the following additional meetings:

a. Pre-bid meeting.

b. Preconstruction and Pre-demolition meeting.

c. Regular QC meetings.

d. Work safety meetings.

1.6 WASTE MANAGEMENT PLAN

Submit a waste management plan within 30 days after contract award and not less than 10 days before the pre-demolition meeting. The plan demonstrates how to meet the the project waste diversion goal. Also, include the following in the plan:

a. Name of individuals on the Contractor's staff responsible for waste prevention and management.

b. Actions that will be taken to reduce solid waste generation, including coordination with subcontractors to ensure awareness and participation.

c. Description of the regular meetings to be held to address waste management.

d. Description of the specific approaches to be used in recycling/reuse of the various materials generated, including the areas on site and equipment to be used for processing, sorting, and temporary storage of

SECTION 01 74 19 Page 3

Page 541: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

wastes.

e. Characterization, including estimated types and quantities, of the waste to be generated.

f. Name of landfill and/or incinerator to be used and the estimated costs for use, assuming that there would be no salvage or recycling on the project. For co-mingled collection of recyclable wastes provide license or permit for the recycling agency.

g. Identification of local and regional reuse programs, including non-profit organizations such as schools, local housing agencies, and organizations that accept used materials such as materials exchange networks and Habitat for Humanity. Include the name, location, and phone number for each reuse facility to be used, and provide a copy of the permit or license for each facility.

h. List of specific waste materials that will be salvaged for resale, salvaged and reused on the current project, salvaged and stored for reuse on a future project, or recycled. Identify the recycling facilities by name, location, and phone number, including a copy of the permit or license for each facility.

i. Identification of materials that cannot be recycled/reused with an explanation or justification, to be approved by the Contracting Officer.

j. Description of the means by which any waste materials identified in item (h) above will be protected from contamination.

k. Description of the means of transportation of the recyclable materials (whether materials will be site-separated and self-hauled to designated centers, or whether mixed materials will be collected by a waste hauler and removed from the site).

l. Anticipated net cost savings determined by subtracting Contractor program management costs and the cost of disposal from the revenue generated by sale of the materials and the incineration and/or landfill cost avoidance.

Revise and resubmit Plan as required by the Contracting Officer. Approval of Contractor's Plan will not relieve the Contractor of responsibility for compliance with applicable environmental regulations or meeting project cumulative waste diversion requirement. Distribute copies of the Waste Management Plan to each subcontractor, the Quality Control Manager, and the Contracting Officer.

1.7 RECORDS

Maintain records to document the quantity of waste generated; the quantity of waste diverted through sale, reuse, or recycling; and the quantity of waste disposed by landfill or incineration. Keep records in accordance with the LEED GBDC Ref Guide and using the LEED BD+C Credit Form. Quantities shall be measured by weight. List each type of waste separately noting the disposal or diversion date. Identify the landfill, recycling center, waste processor, or other organization used to process or receive the solid waste. Provide explanations for any waste not recycled or reused. With each application for payment, submit updated documentation for solid waste disposal and diversion, and submit manifests, weight tickets, receipts, and invoices specifically identifying the project and

SECTION 01 74 19 Page 4

Page 542: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

waste material. Make the records available to the Contracting Officer during construction, and include in the Sustainability Notebook a copy of the records.

Demolition accomplished by other parties on this project site count toward the project's total waste diversion cumulative score for LEED BD+C and for sustainability requirements. Information on the quantity and disposition of these materials will be provided by the Contracting Officer. Include this data in records, annotated to indicate that it was accomplished by another party.

1.8 REPORTS

Provide quarterly reports and a final report to Stephen T. Blanchard, PE, Resident Engineer, Administrative Contracting Officer, Seymour Johnson Resident Office at [email protected] or 919-722-5869 (phone). Include project name, information for waste generated each quarter, and cumulative totals for the project in quarterly and final reports. Also include in each report, supporting documentation to include manifests, weight tickets, receipts, and invoices specifically identifying the project and waste material.

1.9 COLLECTION

Separate, store, protect, and handle at the site identified recyclable and salvageable waste products in a manner that maximizes recyclability and salvageability of identified materials. Provide the necessary containers, bins and storage areas to facilitate effective waste management and clearly and appropriately identify them. Provide materials for barriers and enclosures around recyclable material storage areas which are nonhazardous and recyclable or reusable. Locate out of the way of construction traffic. Provide adequate space for pick-up and delivery and convenience to subcontractors. Recycling and waste bin areas are to be kept neat and clean, and handle recyclable materials to prevent contamination of materials from incompatible products and materials. Clean contaminated materials prior to placing in collection containers. Use cleaning materials that are nonhazardous and biodegradable. Handle hazardous waste and hazardous materials in accordance with applicable regulations and coordinate with Section 01 57 19 TEMPORARY ENVIRONMENTAL CONTROLS. Separate materials by one of the following methods:

1.9.1 Source Separated Method

Separate waste products and materials that are recyclable from trash and sorted as described below into appropriately marked separate containers and then transported to the respective recycling facility for further processing. Deliver materials in accordance with recycling or reuse facility requirements (e.g., free of dirt, adhesives, solvents, petroleum contamination, and other substances deleterious to the recycling process). Separate materials into the following category types as appropriate to the project waste and to the available recycling and reuse programs in the project area:

a. Land clearing debris.

b. Asphalt.

c. Concrete and masonry.

SECTION 01 74 19 Page 5

Page 543: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

d. Metal (e.g., banding, stud trim, ductwork, piping, rebar, roofing, other trim, steel, iron, galvanized, stainless steel, aluminum, copper, zinc, lead brass, bronze).

1. Ferrous.

2. Non-ferrous.

e. Wood (nails and staples allowed).

f. Debris.

g. Glass (colored glass allowed).

h. Paper.

1. Bond.

2. Newsprint.

3. Cardboard and paper packaging materials.

i. Plastic.

Type

1 Polyethylene Terephthalate (PET, PETE)

2 High Density Polyethylene (HDPE)

3 Vinyl (Polyvinyl Chloride or PVC)

4 Low Density Polyethylene (LDPE)

5 Polypropylene (PP)

6 Polystyrene (PS)

7 Other. Use of this code indicates that the package in question is made with a resin other than the six listed above, or is made of more than one resin listed above, and used in a multi-layer combination.

j. Gypsum.

k. Non-hazardous paint and paint cans.

l. Carpet.

m. Ceiling tiles.

n. Insulation.

o. Beverage containers.

p. Other, if applicable.

SECTION 01 74 19 Page 6

Page 544: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.9.2 Co-Mingled Method

Place waste products and recyclable materials into a single container and then transport to a recycling facility where the recyclable materials are sorted and processed.

1.9.3 Other Methods

Other proposed methods may be used when approved by the Contracting Officer.

1.10 DISPOSAL

Control accumulation of waste materials and trash. Recycle or dispose of collected materials off-site at intervals approved by the Contracting Officer and in compliance with waste management procedures. Except as otherwise specified in other sections of the specifications, dispose of in accordance with the following:

1.10.1 Reuse

Give first consideration to salvage for reuse since little or no re-processing is necessary for this method, and less pollution is created when items are reused in their original form. Coordinate reuse with the Contracting Officer. Consider sale or donation of waste suitable for reuse.

1.10.2 Recycle

Recycle waste materials not suitable for reuse, but having value as being recyclable. Recycle all fluorescent lamps, HID lamps, and mercury-containing thermostats removed from the site. Arrange for timely pickups from the site or deliveries to recycling facilities in order to prevent contamination of recyclable materials.

1.10.3 Waste

Dispose of materials with no practical use or economic benefit to waste-to-energy plants where available. As the last choice, dispose of materials at a landfill or incinerator.

1.10.4 Return

Set aside and protect misdelivered and substandard products and materials and return to supplier for credit.

PART 2 PRODUCTS

Not used.

PART 3 EXECUTION

Not used.

-- End of Section --

SECTION 01 74 19 Page 7

Page 545: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 78 00

CLOSEOUT SUBMITTALS

08/11

PART 1 GENERAL

1.1 REFERENCES 1.2 DEFINITIONS 1.2.1 As-Built Drawings 1.2.2 Record Drawings 1.3 SOURCE DRAWING FILES 1.3.1 Terms and Conditions 1.4 SUBMITTALS 1.5 SPARE PARTS DATA 1.6 QUALITY CONTROL 1.7 WARRANTY MANAGEMENT 1.7.1 Warranty Management Plan 1.7.2 Performance Bond 1.7.3 Pre-Warranty Conference 1.7.4 Contractor's Response to Construction Warranty Service

Requirements 1.7.5 Warranty Tags

PART 2 PRODUCTS

2.1 GOVERNMENT FURNISHED MATERIALS 2.2 SYSTEM DESCRIPTION 2.2.1 Additional Drawings 2.2.1.1 Sheet Numbers and File Names 2.3 CERTIFICATION OF EPA DESIGNATED ITEMS 2.4 GIS Requirement 2.5 BUILDER Inventory Requirements

PART 3 EXECUTION

3.1 AS-BUILT DRAWINGS 3.1.1 Markup Guidelines 3.1.2 As-Built Drawings Content 3.2 RECORD DRAWING FILES 3.2.1 Rename the CAD Drawing files 3.3 RECORD DRAWINGS 3.3.1 Final Record Drawing Package 3.4 FINAL APPROVED SHOP DRAWINGS 3.5 CONSTRUCTION CONTRACT SPECIFICATIONS 3.6 AS-BUILT RECORD OF EQUIPMENT AND MATERIALS 3.7 OPERATION AND MAINTENANCE MANUALS 3.8 CLEANUP 3.9 REAL PROPERTY RECORD 3.10 ENERGY AND SUSTAINABILITY RECORD CARD

SECTION 01 78 00 Page 1

Page 546: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

ATTACHMENTS:

draft DD FORM 1354

-- End of Section Table of Contents --

SECTION 01 78 00 Page 2

Page 547: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 78 00

CLOSEOUT SUBMITTALS08/11

PART 1 GENERAL

1.1 REFERENCES

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

ASTM INTERNATIONAL (ASTM)

ASTM E1971 (2005; R 2011) Stewardship for the Cleaning of Commercial and Institutional Buildings

GREEN SEAL (GS)

GS-37 (2012) Cleaning Products for Industrial and Institutional Use

U.S. ARMY CORPS OF ENGINEERS (USACE)

ERDC/ITL TR-12-1 (2015) A/E/C Graphics Standard, Release 2.0

ERDC/ITL TR-12-6 (2015) A/E/C CAD Standard - Release 6.0

U.S. DEPARTMENT OF DEFENSE (DOD)

FC 1-300-09N (2014) Navy and Marine Corps Design Procedures

UFC 1-300-08 (2009, with Change 2) Criteria for Transfer and Acceptance of DoD Real Property

1.2 DEFINITIONS

1.2.1 As-Built Drawings

As-built drawings are developed and maintained by the Contractor and depict actual conditions, including deviations from the Contract Documents. These deviations and additions may result from coordination required by, but not limited to: contract modifications; official responses to Contractor submitted Requests for Information; direction from the Contracting Officer; designs which are the responsibility of the Contractor, and differing site conditions. Maintain the as-builts throughout construction as red-lined hard copies on site or red-lined PDF files. As-built drawings are further defined in NFAS 5252.236-9310. These files serve as the basis for the creation of the record drawings.

SECTION 01 78 00 Page 3

Page 548: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.2.2 Record Drawings

The record drawings are the final compilation of actual conditions reflected in the as-built drawings.

1.3 SOURCE DRAWING FILES

Request the full set of electronic drawings, in the source format, for Record Drawing preparation, after award and at least 30 days prior to required use.

1.3.1 Terms and Conditions

Data contained on these electronic files must not be used for any purpose other than as a convenience in the preparation of construction drawings and data for the referenced project. Any other use or reuse shall be at the sole risk of the Contractor and without liability or legal exposure to the Government. The Contractor must make no claim and waives to the fullest extent permitted by law, any claim or cause of action of any nature against the Government, its agents or sub consultants that may arise out of or in connection with the use of these electronic files. The Contractor must, to the fullest extent permitted by law, indemnify and hold the Government harmless against all damages, liabilities or costs, including reasonable attorney's fees and defense costs, arising out of or resulting from the use of these electronic files.

These electronic CAD drawing files are not construction documents. Differences may exist between the CAD files and the corresponding construction documents. The Government makes no representation regarding the accuracy or completeness of the electronic CAD files, nor does it make representation to the compatibility of these files with the Contractor hardware or software. In the event that a conflict arises between the signed and sealed construction documents prepared by the Government and the furnished Source drawing files, the signed and sealed construction documents govern. The Contractor is responsible for determining if any conflict exists. Use of these Source Drawing files does not relieve the Contractor of duty to fully comply with the contract documents, including and without limitation, the need to check, confirm and coordinate the work of all contractors for the project. If the Contractor uses, duplicates or modifies these electronic source drawing files for use in producing construction drawings and data related to this contract, remove all previous indicia of ownership (seals, logos, signatures, initials and dates).

1.4 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for Contractor Quality Control approval. Submittals with an "S" are for inclusion in the Sustainability Notebook, in conformance to Section 01 33 29 SUSTAINABILITY REPORTING. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-03 Product Data

Warranty Management Plan; GWarranty TagsFinal CleaningSpare Parts Data

SECTION 01 78 00 Page 4

Page 549: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SD-08 Manufacturer's Instructions

Posted Instructions

SD-10 Operation and Maintenance Data

Operation and Maintenance Manuals; G

SD-11 Closeout Submittals

As-Built Drawings; GRecord Drawings for Builder Inventory; GRecord Drawings for GIS Deliverable; GAs-Built Record of Equipment and MaterialsFinal Approved Shop DrawingsConstruction Contract SpecificationsCertification of EPA Designated Items Interim DD FORM 1354; GChecklist for DD FORM 1354; GEnergy and Sustainability Record Card; G

1.5 SPARE PARTS DATA

Submit two copies of the Spare Parts Data list.

a. Indicate manufacturer's name, part number, nomenclature, and stock level required for maintenance and repair. List those items that may be standard to the normal maintenance of the system.

b. Supply two items of each part for spare parts inventory. Provision of spare parts does not relieve the Contractor of responsibilities listed under the contract guarantee provisions.

1.6 QUALITY CONTROL

Additions and corrections to the contract drawings must be equal in quality and detail to that of the originals. Line colors, line weights, lettering, layering conventions, and symbols must be the same as the original line colors, line weights, lettering, layering conventions, and symbols.

1.7 WARRANTY MANAGEMENT

1.7.1 Warranty Management Plan

Develop a warranty management plan which contains information relevant to the clause Warranty of Construction. At least 30 days before the planned pre-warranty conference, submit one set of the warranty management plan. Include within the warranty management plan all required actions and documents to assure that the Government receives all warranties to which it is entitled. The plan must be in narrative form and contain sufficient detail to render it suitable for use by future maintenance and repair personnel, whether tradesmen, or of engineering background, not necessarily familiar with this contract. The term "status" as indicated below must include due date and whether item has been submitted or was accomplished. Warranty information made available during the construction phase must be submitted to the Contracting Officer for approval prior to each monthly pay estimate. Assemble approved information in a binder and turn over to the Government upon acceptance of the work. The construction warranty period

SECTION 01 78 00 Page 5

Page 550: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

will begin on the date of project acceptance and continue for the full product warranty period. A joint 4 month and 9 month warranty inspection will be conducted, measured from time of acceptance, by the Contractor, Contracting Officer and the Customer Representative. Include within the warranty management plan, but not limited to, the following:

a. Roles and responsibilities of all personnel associated with the warranty process, including points of contact and telephone numbers within the organizations of the Contractors, subcontractors, manufacturers or suppliers involved.

b. Furnish with each warranty the name, address, and telephone number of each of the guarantor's representatives nearest to the project location.

c. Listing and status of delivery of all Certificates of Warranty for extended warranty items, to include roofs, HVAC balancing, pumps, motors, transformers, and for all commissioned systems such as fire protection and alarm systems, sprinkler systems, lightning protection systems, etc.

d. A list for each warranted equipment, item, feature of construction or system indicating:

(1) Name of item.(2) Model and serial numbers.(3) Location where installed.(4) Name and phone numbers of manufacturers or suppliers.(5) Names, addresses and telephone numbers of sources of spare parts.(6) Warranties and terms of warranty. Include one-year overall

warranty of construction, including the starting date of warranty of construction. Items which have extended warranties must be indicated with separate warranty expiration dates.

(7) Cross-reference to warranty certificates as applicable.(8) Starting point and duration of warranty period.(9) Summary of maintenance procedures required to continue the

warranty in force.(10) Cross-reference to specific pertinent Operation and Maintenance

manuals.(11) Organization, names and phone numbers of persons to call for

warranty service.(12) Typical response time and repair time expected for various

warranted equipment.

e. The plans for attendance at the 4 and 9 month post-construction warranty inspections conducted by the Government.

f. Procedure and status of tagging of all equipment covered by extended warranties.

g. Copies of instructions to be posted near selected pieces of equipment where operation is critical for warranty and/or safety reasons.

1.7.2 Performance Bond

The Performance Bond must remain effective throughout the construction period.

a. In the event the Contractor fails to commence and diligently pursue any construction warranty work required, the Contracting Officer will have

SECTION 01 78 00 Page 6

Page 551: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

the work performed by others, and after completion of the work, will charge the remaining construction warranty funds of expenses incurred by the Government while performing the work, including, but not limited to administrative expenses.

b. In the event sufficient funds are not available to cover the construction warranty work performed by the Government at the Contractor's expense, the Contracting Officer will have the right to recoup expenses from the bonding company.

c. Following oral or written notification of required construction warranty repair work, respond in a timely manner. Written verification will follow oral instructions. Failure to respond will be cause for the Contracting Officer to proceed against the Contractor.

1.7.3 Pre-Warranty Conference

Prior to contract completion, and at a time designated by the Contracting Officer, meet with the Contracting Officer to develop a mutual understanding with respect to the requirements of this section. Communication procedures for Contractor notification of construction warranty defects, priorities with respect to the type of defect, reasonable time required for Contractor response, and other details deemed necessary by the Contracting Officer for the execution of the construction warranty will be established/reviewed at this meeting. In connection with these requirements and at the time of the Contractor's quality control completion inspection, furnish the name, telephone number and address of a licensed and bonded company which is authorized to initiate and pursue construction warranty work action on behalf of the Contractor. This point of contact will be located within the local service area of the warranted construction, be continuously available, and be responsive to Government inquiry on warranty work action and status. This requirement does not relieve the Contractor of any of its responsibilities in connection with other portions of this provision.

1.7.4 Contractor's Response to Construction Warranty Service Requirements

Following oral or written notification by the Contracting Officer, respond to construction warranty service requirements in accordance with the "Construction Warranty Service Priority List" and the three categories of priorities listed below. Submit a report on any warranty item that has been repaired during the warranty period. Include within the report the cause of the problem, date reported, corrective action taken, and when the repair was completed. If the Contractor does not perform the construction warranty within the timeframe specified, the Government will perform the work and back charge the construction warranty payment item established.

a. First Priority Code 1. Perform onsite inspection to evaluate situation, and determine course of action within 4 hours, initiate work within 6 hours and work continuously to completion or relief.

b. Second Priority Code 2. Perform onsite inspection to evaluate situation, and determine course of action within 8 hours, initiate work within 24 hours and work continuously to completion or relief.

c. Third Priority Code 3. All other work to be initiated within 3 work days and work continuously to completion or relief.

d. The "Construction Warranty Service Priority List" is as follows:

SECTION 01 78 00 Page 7

Page 552: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Code 1-Life Safety Systems(1) Fire suppression systems.(2) Fire alarm system(s) in place in the building.

Code 1-Air Conditioning Systems(1) Recreational support.(2) Air conditioning leak in part of building, if causing damage.(3) Air conditioning system not cooling properly.

Code 1-Doors(1) Overhead doors not operational, causing a security, fire, or

safety problem.(2) Interior, exterior personnel doors or hardware, not functioning

properly, causing a security, fire, or safety problem.

Code 3-Doors(1) Overhead doors not operational.(2) Interior/exterior personnel doors or hardware not functioning

properly.

Code 1-Electrical(1) Power failure (entire area or any building operational after 1600

hours).(2) Security lights(3) Smoke detectors

Code 2-Electrical(1) Power failure (no power to a room or part of building).(2) Receptacle and lights (in a room or part of building).

Code 3-ElectricalStreet lights.

Code 1-Gas(1) Leaks and breaks.(2) No gas to family housing unit or cantonment area.

Code 1-Heat(1) Area power failure affecting heat.(2) Heater in unit not working.

Code 2-Kitchen Equipment(1) Dishwasher not operating properly.(2) All other equipment hampering preparation of a meal.

Code 1-Plumbing(1) Hot water heater failure.(2) Leaking water supply pipes.

Code 2-Plumbing(1) Flush valves not operating properly.(2) Fixture drain, supply line to commode, or any water pipe leaking.(3) Commode leaking at base.

Code 3 -PlumbingLeaky faucets.

Code 3-Interior

SECTION 01 78 00 Page 8

Page 553: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

(1) Floors damaged.(2) Paint chipping or peeling.(3) Casework.

Code 1-Roof LeaksTemporary repairs will be made where major damage to property is

occurring.

Code 2-Roof LeaksWhere major damage to property is not occurring, check for location of

leak during rain and complete repairs on a Code 2 basis.

Code 2-Water (Exterior)No water to facility.

Code 2-Water (Hot)No hot water in portion of building listed.

Code 3-All other work not listed above.

1.7.5 Warranty Tags

At the time of installation, tag each warranted item with a durable, oil and water resistant tag approved by the Contracting Officer. Attach each tag with a copper wire and spray with a silicone waterproof coating. Also, submit two record copies of the warranty tags showing the layout and design. The date of acceptance and the QC signature must remain blank until the project is accepted for beneficial occupancy. Show the following information on the tag.

Type of product/material

Model number

Serial number

Contract number

Warranty period from/to

Inspector's signature

Construction Contractor

Address

Telephone number

Warranty contact

Address

SECTION 01 78 00 Page 9

Page 554: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Telephone number

Warranty response time priority code

WARNING - PROJECT PERSONNEL TO PERFORM ONLY OPERATIONAL MAINTENANCE DURING THE WARRANTY PERIOD.

PART 2 PRODUCTS

2.1 GOVERNMENT FURNISHED MATERIALS

The Government will provide an optical disc (CD or DVD) at the preconstruction conference that contains the following:

a. One set of "as-designed" electronic CAD files in the specified software and format revised to reflect all amendments and the final contract PDF drawings. The CAD files are provided to enable preparation of as-built or as-constructed drawings. If discrepancies exist between the CAD files and the contract PDF drawings, correct the CAD files to show the contract PDF drawings.

b. A submittal register data file in comma separated value (CSV) format for import into the Resident Management System (RMS).

2.2 SYSTEM DESCRIPTION

Prepare the CAD drawing files in AutoCAD Release 2013MicroStation V8 format compatible with a Windows 7 operating system.

2.2.1 Additional Drawings

If additional drawings are required, prepare them using the specified electronic file format applying the same graphic standards specified for original drawings. The title block and drawing border to be used for any new final record drawings must be identical to that used on the contract drawings.

2.2.1.1 Sheet Numbers and File Names

If a sheet needs to be added between two sequential sheets, append a Supplemental Drawing Designator in accordance with ERDC/ITL TR-12-6 Adding a drawing sheet, and ERDC/ITL TR-12-1 Adding or deleting drawing sheets and index sheet procedures.

2.3 CERTIFICATION OF EPA DESIGNATED ITEMS

Submit the Certification of EPA Designated Items as required by FAR 52.223-9, "Certification and Estimate of Percentage of Recovered Material Content for EPA Designated Items". Include on the certification form the following information: project name, project number, Contractor name, license number, Contractor address, and certification. The certification will read as follows and be signed and dated by the Contractor. "I hereby certify the information provided herein is accurate and that the requisition/procurement of all materials listed on this form comply with current EPA standards for recycled/recovered materials content. The following exemptions may apply to the non-procurement of recycled/recovered

SECTION 01 78 00 Page 10

Page 555: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

content materials:

1) The product does not meet appropriate performance standards;2) The product is not available within a reasonable time frame;3) The product is not available competitively (from two or more sources);4) The product is only available at an unreasonable price (compared with a

comparable non-recycled content product)."

Record each product used in the project that has a requirement or option of containing recycled content in accordance with SECTION 01 33 29 SUSTAINABILITY REPORTING, noting total price, total value of post-industrial recycled content, total value of post-consumer recycled content, exemptions (1, 2, 3, or 4, as indicated), and comments. Recycled content values may be determined by weight or volume percent, but must be consistent throughout.

2.4 GIS Requirement

Provide geographic information system (GIS) mapping of all new and encountered utilities as part of the as-builts to the base. GIS mapping shall be performed at time of utility installation into the ground. Data layers shall match the Seymour Johnson Air Force Base geodatabase.Text

2.5 BUILDER Inventory Requirements

Contractor Inventory: Contractor shall provide an inventory of quantities and information as specified below. Contractor shall conduct the inventory using the US Army Corps of Engineers (USACE) Construction Engineering Research Laboratory (CERL) BUILDERTM Sustainment Management System (SMS) methodology. http://sms.cecer.army.mil/SitePages/BUILDER.aspx

a. Inventory shall be provided for the 10 categories of newly installed

assets listed in para "c" below using the ASTM-E1557-09 UNIFORMAT II classification. Inventory shall be conducted using the Microsoft® Excel spreadsheet entitled "BUILDER Inventory" provided by the government.

b. For each of the 10 newly installed asset categories, the Contractor shall classify each item in reference to its: System, Component, Component-Section, Subcomponent, and Section Name. The explanation of each of the columns in the "BUILDER Inventory" spreadsheet can be found below.

c. System: The Contractor shall select the asset's applicable System from the given list in the "BUILDER Inventory" spreadsheet. As a minimum, the following systems shall be inventoried by the Contractor:

B10 - SuperstructureB20 - Exterior EnclosureB30 - RoofingC10 - Interior ConstructionC20 - Stairs (As Applicable)C30 - Interior FinishesD20 - PlumbingD30 - HVACD40 - Fire ProtectionD50 - Electrical

c.1. Component: The Contractor shall select the asset's applicable

SECTION 01 78 00 Page 11

Page 556: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Component from the given list in the "BUILDER Inventory" spreadsheet.

c.2. Component-Section: The Contractor shall select the asset's applicable Component-Section from the given list in the "BUILDER Inventory" spreadsheet.

c.3. Subcomponent: The Contractor shall classify each asset using the most specific applicable Subcomponent from the given list in the "BUILDER Inventory" spreadsheet. If no specific Subcomponents are applicable or available the Contractor may classify the Subcomponent as "General", "Other", or "Unknown".

c.4. Section Name: The Contractor shall enter a name for each section that specifies the location of the asset. These sections shall be named by any and all of the following characteristics:Floor - for example "1st Floor"Bay - for example, "Bay A"Cardinal Direction - for example "North", "Northwest"Space - for example, "Mech Room", "Addition", "Storage", or "Restroom"

c.5. Unit of Measure: The UOM is associated with the Subcomponent. The Contractor shall not specify a different UOM than what is listed with the Subcomponent.

c.6. Quantity: The Contractor shall state the numerical quantity of the asset with regards to its UOM.

c.7. Year Installed: The Contractor shall state the year the asset was installed in the format of "YYYY".

c.8. Painted/Coated? Y/N: The Contractor shall state by either "Yes" or "No" whether the asset was painted or coated.

c.9. Year Painted/Coated: The Contractor shall state the year the asset was painted or coated in the format of "YYYY".

c.10. Paint/Coating Type: The Contractor shall specify the painting and/or coating type in accordance with the separate tab in the "BUILDER Inventory" spreadsheet entitle "Paint Coating Type".

c.11. ID Number: The Contractor shall specify the ID Number of the asset, limited to 20 alphanumeric characters.

c.12. Equipment Type: The Contractor shall specify the ID Number of the asset, limited to 50 alphanumeric characters.

c.13. Equipment Make: The Contractor shall specify the equipment make of the asset, limited to 30 alphanumeric characters.

c.14. Serial Number: The Contractor shall specify the serial number of the asset, limited to 30 alphanumeric characters.

c.15. Model: The Contractor shall specify the model of the asset, limited to 20 alphanumeric characters.

c.16. Capacity: The Contractor shall specify the capacity of the asset, limited to 70 alphanumeric characters.

c.17. Manufacturer: The Contractor shall specify the manufacturer of

SECTION 01 78 00 Page 12

Page 557: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

the asset, limited to 40 alphanumeric characters.

c.18. Warranty Company: The Contractor shall specify the warranty company of the asset, limited to 50 alphanumeric characters.

c.19. Warranty Date: The Contractor shall specify the warranty date of the asset in the format of "MM/DD/YYYY".

c.20. Date Manufactured: The Contractor shall specify the date the asset was manufactured in the format of "MM/DD/YYYY".

c.21. Control Type/Make: The Contractor shall specify the asset's control type and/or make, limited to 50 alphanumeric characters.

PART 3 EXECUTION

3.1 AS-BUILT DRAWINGS

Provide and maintain two black line print copies of the PDF contract drawings for As-Built Drawings. Provide and maintain As-Built Drawings in accordance with NFAS 5252.236-9310. Submit As-Built Drawings 30 days prior to Beneficial Occupancy Date(BOD).

3.1.1 Markup Guidelines

Make comments and markup the drawings complete without reference to letters, memos, or materials that are not part of the As-Built drawing. Show what was changed, how it was changed, where items(s) were relocated and change related details. These working as-built markup prints must be neat, legible and accurate as follows:

a. Use base colors of red, green, and blue. Color code for changes as follows:

(1) Special (Blue) - Items requiring special information, coordination, or special detailing or detailing notes.

b. Provide a legend if colors other than the "base" colors of red, green, and blue are used.

c. Add and denote any additional equipment or material facilities, service lines, incorporated under As-Built Revisions if not already shown in legend.

d. Use frequent written explanations on markup drawings to describe changes. Do not totally rely on graphic means to convey the revision.

e. Use legible lettering and precise and clear digital values when marking prints. Clarify ambiguities concerning the nature and application of change involved.

f. Wherever a revision is made, also make changes to related section views, details, legend, profiles, plans and elevation views, schedules, notes and call out designations, and mark accordingly to avoid conflicting data on all other sheets.

g. For deletions, cross out all features, data and captions that relate to that revision.

h. For changes on small-scale drawings and in restricted areas, provide

SECTION 01 78 00 Page 13

Page 558: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

large-scale inserts, with leaders to the applicable location.

i. Indicate one of the following when attaching a print or sketch to a markup print:

1) Add an entire drawing to contract drawings

2) Change the contract drawing to show

3) Provided for reference only to further detail the initial design.

j. Incorporate all shop and fabrication drawings into the markup drawings.

3.1.2 As-Built Drawings Content

Revise As-Built Drawings in accordance with ERDC/ITL TR-12-1 and ERDC/ITL TR-12-6. Provide 2 sets of paper copies from PDF drawings to show the as-built conditions by red-line process during the execution of the project. Keep these working as-built markup drawings current on a weekly basis and at least one set available on the jobsite at all times. Changes from the contract drawings which are made during construction or additional information which might be uncovered in the course of construction must be accurately and neatly recorded as they occur by means of details and notes. Submit the working as-built markup drawings for approval prior to submission of each monthly pay estimate. For failure to maintain the working and final record drawings as specified herein, the Contracting Officer will withhold 10 percent of the monthly progress payment until approval of updated drawings. Show on the as-built drawings, but not limited to, the following information:

a. The actual location, kinds and sizes of all sub-surface utility lines. In order that the location of these lines and appurtenances may be determined in the event the surface openings or indicators become covered over or obscured, show by offset dimensions to two permanently fixed surface features the end of each run including each change in direction on the record drawings. Locate valves, splice boxes and similar appurtenances by dimensioning along the utility run from a reference point. Also record the average depth below the surface of each run.

b. The location and dimensions of any changes within the building structure.

c. Layout and schematic drawings of electrical circuits and piping.

d. Correct grade, elevations, cross section, or alignment of roads, earthwork, structures or utilities if any changes were made from contract plans.

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

f. The topography, invert elevations and grades of drainage installed or affected as part of the project construction.

g. Changes or Revisions which result from the final inspection.

SECTION 01 78 00 Page 14

Page 559: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

h. Where contract drawings or specifications present options, show only the option selected for construction on the working as-built markup drawings.

i. If borrow material for this project is from sources on Government property, or if Government property is used as a spoil area, furnish a contour map of the final borrow pit/spoil area elevations.

j. Systems designed or enhanced by the Contractor, such as HVAC controls, fire alarm, fire sprinkler, and irrigation systems.

k. Changes in location of equipment and architectural features.

j. Modifications (include within change order price the cost to change working as-built markup drawings to reflect modifications) and compliance with FC 1-300-09N procedures.

l. Actual location of anchors, construction and control joints, etc., in concrete.

m. Unusual or uncharted obstructions that are encountered in the contract work area during construction.

n. Location, extent, thickness, and size of stone protection particularly where it will be normally submerged by water.

3.2 RECORD DRAWING FILES

If additional drawings are required, prepare them using the specified electronic file format applying the same graphic standards specified for original drawings. The title block and drawing border to be used for any new final record drawings must be identical to that used on the contract drawings. Accomplish additions and corrections to the contract drawings using CAD files. Provide all program files and hardware necessary to prepare final PDF record drawings. The Contracting Officer will review final PDF record drawings for accuracy and return them to the Contractor for required corrections, changes, additions, and deletions.

3.2.1 Rename the CAD Drawing files

Rename the CAD Drawing files using the contract number as the Project Code field,(e.g., W91238-15-C-10A-102.DWGDGN) as instructed in the Pre-Construction conference. Use only those renamed files for the Marked-up changes. Make all changes on the layer/level as the original item.

a. For AutoCAD files (DWG), enter all as-built delta changes and notations on the AS-BUILT layer.MicroStation files (DGN), enter all as-built delta changes and notations on:

- Level #63- Level/Layer Name contains: ANNO-REVS- Level/Layer Description: Revisions

c. When final revisions have been completed, show the wording "RECORD DRAWING AS-BUILTS" followed by the name of the Contractor in letters at least 3/16 inch high on the cover sheet drawing. Date RECORD DRAWING AS-BUILTS" drawing revisions in the revision block.

SECTION 01 78 00 Page 15

Page 560: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

d. Within 10 days after Government approval of all of the working record drawings for a phase of work, prepare the final CAD record drawings for that phase of work and submit PDF drawing files and two sets of prints for review and approval. The Government will promptly return one set of prints annotated with any necessary corrections. Within 7 days revise the CAD files accordingly at no additional cost and submit one set of final prints for the completed phase of work to the Government. Within 10 days of substantial completion of all phases of work, submit the final record drawing package for the entire project. Submit one set of electronic CAD files, and one set of the approved working record PDF files on an optical disc with two sets of prints. The CAD files must be complete in all details and identical in form and function to the CAD drawing files supplied by the Government. Prepare AutoCAD files for transmittal using e-Transmit. Prepare MicroStation files for transmittal using the Packager (Archive). Make any transactions or adjustments necessary to accomplish this. The Government reserves the right to reject any drawing files it deems incompatible with the customer's CAD system. Paper prints, drawing files and storage media submitted will become the property of the Government upon final approval. Failure to submit final record PDF drawing files, CAD files and marked prints as specified will be cause for withholding any payment due under this contract. Approval and acceptance of final record drawings must be accomplished before final payment is made.

3.3 RECORD DRAWINGS

Prepare and provide Record Drawings in accordance with FC 1-300-09N. Provide 2 copies of Record Drawings for Builder Inventory on two separate CDs or DVDs 30 days after BOD. Provide 2 copies of Record Drawings for GIS Deliverable on two separate CDs or DVDs 30 days after BOD.

Prepare final record drawings after the completion of each definable phase of work as listed in the Contractor Quality Control Plan (Foundations, Utilities, Structural Steel, etc., as appropriate for the project). Transfer the changes from the approved working as-built markup drawings to the original electronic CAD drawing files. Modify the as-built CAD drawing files to correctly show the features of the project as-built by bringing the working CAD drawing set into agreement with approved working as-built markup drawings, and adding such additional drawings as may be necessary. Refer to ERDC/ITL TR-12-1 Chapter 11 Drawing Revisions. Jointly review the working as-built markup drawings with printouts from working as-built CAD drawing PDF files for accuracy and completeness. Monthly review of working as-built CAD drawing PDF file printouts must cover all sheets revised since the previous review. These PDF drawing files are part of the permanent records of this project. Any drawings damaged or lost must be satisfactorily replaced at no expense to the Government.

a. Drawing revisions (include within change order price the cost to change working and final record drawings to reflect revisions) and compliance with the following procedures.

(1) Follow directions in the revision for posting descriptive changes.

(2) The revision delta size must be 5/16 inch unless the area where the delta is to be placed is crowded. Use a smaller size delta for crowded areas.

(3) Place a revision delta at the location of each deletion.

SECTION 01 78 00 Page 16

Page 561: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

(4) For new details or sections which are added to a drawing, place a revision delta by the detail or section title.

(5) For minor changes, place a revision delta by the area changed on the drawing (each location).

(6) For major changes to a drawing, place a revision delta by the title of the affected plan, section, or detail at each location.

(7) For changes to schedules or drawings, place a revision delta either by the schedule heading or by the change in the schedule.

3.3.1 Final Record Drawing Package

Submit the final record PDF and CAD drawings package for the entire project within 20 days of substantial completion of all phases of work. Submit one set of ANSI D size PDF and CAD files on optical disc, read-only memory (ROM), two sets of ANSI D size prints and one set of the approved working record drawings. The package must be complete in all details and identical in form and function to the contract drawing files supplied by the Government.

3.4 FINAL APPROVED SHOP DRAWINGS

Submit final approved project shop drawings 30 days after transfer of the completed facility.

3.5 CONSTRUCTION CONTRACT SPECIFICATIONS

Submit final PDF file record construction contract specifications, including revisions thereto, 30 days after transfer of the completed facility.

3.6 AS-BUILT RECORD OF EQUIPMENT AND MATERIALS

Furnish one copy of preliminary record of equipment and materials used on the project 15 days prior to final inspection. This preliminary submittal will be reviewed and returned 2 days after final inspection with Government comments. Submit Two sets of final record of equipment and materials 10 days after final inspection. Key the designations to the related area depicted on the contract drawings. List the following data:

RECORD OF DESIGNATED EQUIPMENT AND MATERIALS DATA

Description Specification Section

Manufacturer and Catalog, Model, and Serial Number

Composition and Size

Where Used

3.7 OPERATION AND MAINTENANCE MANUALS

Provide project operation and maintenance manuals as specified in Section

SECTION 01 78 00 Page 17

Page 562: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

01 78 23 OPERATION AND MAINTENANCE MANUALS DATA. Provide four electronic copies of the Operation and Maintenance Manual files andone hard copy of the Operation and Maintenance Manuals. Submitto the Contracting Officer for approval within 30 calendardays of the Beneficial Occupancy Date (BOD). Update and resubmit files forfinal approval at BOD.

3.8 CLEANUP

Provide final cleaning in accordance with ASTM E1971 and submit two copies of the listing of completed final clean-up items. Leave premises "broom clean." Comply with GS-37 for general purpose cleaning and bathroom cleaning. Use only nonhazardous cleaning materials, including natural cleaning materials, in the final cleanup. Clean interior and exterior glass surfaces exposed to view; remove temporary labels, stains and foreign substances; polish transparent and glossy surfaces; vacuum carpeted and soft surfaces. Clean equipment and fixtures to a sanitary condition. Clean filters of operating equipment and comply with the Indoor Air Quality (IAQ) Management Plan. Clean debris from roofs, gutters, downspouts and drainage systems. Sweep paved areas and rake clean landscaped areas. Remove waste and surplus materials, rubbish and construction facilities from the site. Recycle, salvage, and return construction and demolition waste from project in accordance with Section 01 74 19 CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT.

3.9 REAL PROPERTY RECORD

Near the completion of Project, but a minimum of 60 days prior to final acceptance of the work, complete, update draft DD FORM 1354 attached to this section, and submit an accounting of all installed property with Interim DD FORM 1354. Include any additional assets, improvements, and alterations from the Draft DD FORM 1354. Contact the Contracting Officer for any project specific information necessary to complete the DD FORM 1354. Refer to UFC 1-300-08 for instruction on completing the DD FORM 1354. For information purposes, a blank fillable PDF DD FORM 1354 may be obtained at the following: http://www.dtic.mil/whs/directives/forms/eforms/dd1354.pdf

Submit the completed Checklist for DD FORM 1354 of Installed Building Equipment items. Attach this list to the updated DD FORM 1354.

3.10 ENERGY AND SUSTAINABILITY RECORD CARD

Within 60 days of the completion of Project, complete an electronic copy of the Energy and Sustainability Record Card, and submit to the Contracting Officer. Draft Record card for this project should be available from Designer of Record (DOR) or Contracting Officer.

-- End of Section --

SECTION 01 78 00 Page 18

Page 563: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 78 23

OPERATION AND MAINTENANCE DATA

08/15

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 OPERATION AND MAINTENANCE DATA 1.3.1 Package Quality 1.3.2 Package Content 1.3.3 Changes to Submittals 1.3.4 Commissioning Authority Review and Approval 1.4 OPERATION AND MAINTENANCE MANUAL FILE FORMAT 1.4.1 Organization 1.4.2 CD or DVD Label and Disk Holder or Case 1.5 TYPES OF INFORMATION REQUIRED IN O&M DATA PACKAGES 1.5.1 Operating Instructions 1.5.1.1 Safety Precautions and Hazards 1.5.1.2 Operator Prestart 1.5.1.3 Startup, Shutdown, and Post-Shutdown Procedures 1.5.1.4 Normal Operations 1.5.1.5 Emergency Operations 1.5.1.6 Operator Service Requirements 1.5.1.7 Environmental Conditions 1.5.1.8 Operating Log 1.5.1.9 Additional Requirements for HVAC Control Systems 1.5.2 Preventive Maintenance 1.5.2.1 Lubrication Data 1.5.2.2 Preventive Maintenance Plan, Schedule, and Procedures 1.5.2.3 Cleaning Recommendations 1.5.3 Repair 1.5.3.1 Troubleshooting Guides and Diagnostic Techniques 1.5.3.2 Wiring Diagrams and Control Diagrams 1.5.3.3 Repair Procedures 1.5.3.4 Removal and Replacement Instructions 1.5.3.5 Spare Parts and Supply Lists 1.5.3.6 Repair Work-Hours 1.5.4 Real Property Equipment 1.5.5 Appendices 1.5.5.1 Product Submittal Data 1.5.5.2 Manufacturer's Instructions 1.5.5.3 O&M Submittal Data 1.5.5.4 Parts Identification 1.5.5.5 Warranty Information 1.5.5.6 Extended Warranty Information 1.5.5.7 Personnel Training Requirements 1.5.5.8 Testing Equipment and Special Tool Information 1.5.5.9 Testing and Performance Data 1.5.5.10 Field Test Reports

SECTION 01 78 23 Page 1

Page 564: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.5.5.11 Contractor Information 1.6 SCHEDULE OF OPERATION AND MAINTENANCE DATA PACKAGES 1.6.1 Data Package 1 1.6.2 Data Package 2 1.6.3 Data Package 3 1.6.4 Data Package 4 1.6.5 Data Package 5

PART 2 PRODUCTS

PART 3 EXECUTION

3.1 TRAINING 3.1.1 Training Plan 3.1.2 Training Content 3.1.3 Training Outline 3.1.4 Training Video Recording 3.1.5 Unresolved Questions from Attendees 3.1.6 Validation of Training Completion 3.1.7 Quality Control Coordination

-- End of Section Table of Contents --

SECTION 01 78 23 Page 2

Page 565: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 78 23

OPERATION AND MAINTENANCE DATA08/15

PART 1 GENERAL

1.1 REFERENCES

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

ASTM INTERNATIONAL (ASTM)

ASTM E1971 (2005; R 2011) Stewardship for the Cleaning of Commercial and Institutional Buildings

1.2 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for Contractor Quality Control approval. Submittals with an "S" are for inclusion in the Sustainability Notebook, in conformance with Section 01 33 29 SUSTAINABILITY REPORTING. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-10 Operation and Maintenance Data

Training Plan; G

Training Outline; G

Training Content

SD-11 Closeout Submittals

Training Video Recording; G

Validation of Training Completion; G

1.3 OPERATION AND MAINTENANCE DATA

Submit Operation and Maintenance (O&M) Data for the provided equipment, product, or system, defining the importance of system interactions, troubleshooting, and long-term preventive operation and maintenance. Compile, prepare, and aggregate O&M data to include clarifying and updating the original sequences of operation to as-built conditions. Organize and present information in sufficient detail to clearly explain O&M requirements at the system, equipment, component, and subassembly level. Include an index preceding each submittal. Submit in accordance with this section and Section 01 33 00 SUBMITTAL PROCEDURES.

1.3.1 Package Quality

Documents must be fully legible. Operation and Maintenance data must be

SECTION 01 78 23 Page 3

Page 566: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

consistent with the manufacturer's standard brochures, schematics, printed instructions, general operating procedures, and safety precautions.

1.3.2 Package Content

Provide data package content in accordance with paragraph SCHEDULE OF OPERATION AND MAINTENANCE DATA PACKAGES. Comply with the data package requirements specified in the individual technical sections, including the content of the packages and addressing each product, component, and system designated for data package submission, except as follows. Use Data Package 3 for commissioned items without a specified data package requirement in the individual technical sections. Provide a Data Package 3 instead of Data Package 1 or 2, as specified in the individual technical section, for items that are commissioned.

1.3.3 Changes to Submittals

Provide manufacturer-originated changes or revisions to submitted data if a component of an item is so affected subsequent to acceptance of the O&M Data. Submit changes, additions, or revisions required by the Contracting Officer for final acceptance of submitted data within 30 calendar days of the notification of this change requirement.

1.3.4 Commissioning Authority Review and Approval

Submit the commissioned systems and equipment submittals to the Commissioning Authority (CxA) to review for completeness and applicability. Obtain validation from the CxA that the systems and equipment provided meet the requirements of the Contract documents and design intent, particularly as they relate to functionality, energy performance, water performance, maintainability, sustainability, system cost, indoor environmental quality, and local environmental impacts. The CxA communicates deficiencies to the Contracting Officer. Submit the O&M manuals to the Contracting Officer upon a successful review of the corrections, and with the CxA recommendation for approval and acceptance of these O&M manuals. This work is in addition to the normal review procedures for O&M data.

1.4 OPERATION AND MAINTENANCE MANUAL FILE FORMAT

Assemble data packages into electronic Operation and Maintenance Manuals. Assemble each manual into a composite electronically indexed file using the most current version of Adobe Acrobat or similar software capable of producing PDF file format. Provide compact disks (CD) or data digital versatile disk (DVD) as appropriate, so that each one contains operation, maintenance and record files, project record documents, and training videos. Include a complete electronically linked operation and maintenance directory.

1.4.1 Organization

Bookmark Product and Drawing Information documents using the current version of CSI Masterformat numbering system, and arrange submittals using the specification sections as a structure. Use CSI Masterformat and UFGS numbers along with descriptive bookmarked titles that explain the content of the information that is being bookmarked.

SECTION 01 78 23 Page 4

Page 567: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.4.2 CD or DVD Label and Disk Holder or Case

Provide the following information on the disk label and disk holder or case:

a. Building Number

b. Project Title

c. Activity and Location

d. Construction Contract Number

e. Prepared For: (Contracting Agency)

f. Prepared By: (Name, title, phone number and email address)

g. Include the disk content on the disk label

h. Date

i. Virus scanning program used

1.5 TYPES OF INFORMATION REQUIRED IN O&M DATA PACKAGES

The following are a detailed description of the data package items listed in paragraph SCHEDULE OF OPERATION AND MAINTENANCE DATA PACKAGES.

1.5.1 Operating Instructions

Provide specific instructions, procedures, and illustrations for the following phases of operation for the installed model and features of each system:

1.5.1.1 Safety Precautions and Hazards

List personnel hazards and equipment or product safety precautions for operating conditions. List all residual hazards identified in the Activity Hazard Analysis provided under Section 01 35 26 GOVERNMENT SAFETY REQUIREMENTS. Provide recommended safeguards for each identified hazard.

1.5.1.2 Operator Prestart

Provide procedures required to install, set up, and prepare each system for use.

1.5.1.3 Startup, Shutdown, and Post-Shutdown Procedures

Provide narrative description for Startup, Shutdown and Post-shutdown operating procedures including the control sequence for each procedure.

1.5.1.4 Normal Operations

Provide Control Diagrams with data to explain operation and control of systems and specific equipment. Provide narrative description of Normal Operating Procedures.

1.5.1.5 Emergency Operations

Provide Emergency Procedures for equipment malfunctions to permit a short

SECTION 01 78 23 Page 5

Page 568: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

period of continued operation or to shut down the equipment to prevent further damage to systems and equipment. Provide Emergency Shutdown Instructions for fire, explosion, spills, or other foreseeable contingencies. Provide guidance and procedures for emergency operation of utility systems including required valve positions, valve locations and zones or portions of systems controlled.

1.5.1.6 Operator Service Requirements

Provide instructions for services to be performed by the operator such as lubrication, adjustment, inspection, and recording gauge readings.

1.5.1.7 Environmental Conditions

Provide a list of Environmental Conditions (temperature, humidity, and other relevant data) that are best suited for the operation of each product, component or system. Describe conditions under which the item equipment should not be allowed to run.

1.5.1.8 Operating Log

Provide forms, sample logs, and instructions for maintaining necessary operating records.

1.5.1.9 Additional Requirements for HVAC Control Systems

Provide Data Package 5 and the following for control systems:

a. Narrative description on how to perform and apply functions, features, modes, and other operations, including unoccupied operation, seasonal changeover, manual operation, and alarms. Include detailed technical manual for programming and customizing control loops and algorithms.

b. Full as-built sequence of operations.

c. Copies of checkout tests and calibrations performed by the Contractor (not Cx tests).

d. Full points list. Provide a listing of rooms with the following information for each room:

(1) Floor

(2) Room number

(3) Room name

(4) Air handler unit ID

(5) Reference drawing number

(6) Air terminal unit tag ID

(7) Heating or cooling valve tag ID

(8) Minimum cfm

(9) Maximum cfm

SECTION 01 78 23 Page 6

Page 569: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

e. Full print out of all schedules and set points after testing and acceptance of the system.

f. Full as-built print out of software program.

g. Marking of system sensors and thermostats on the as-built floor plan and mechanical drawings with their control system designations.

1.5.2 Preventive Maintenance

Provide the following information for preventive and scheduled maintenance to minimize repairs for the installed model and features of each system. Include potential environmental and indoor air quality impacts of recommended maintenance procedures and materials.

1.5.2.1 Lubrication Data

Include the following preventive maintenance lubrication data, in addition to instructions for lubrication required under paragraph OPERATOR SERVICE REQUIREMENTS:

a. A table showing recommended lubricants for specific temperature ranges and applications.

b. Charts with a schematic diagram of the equipment showing lubrication points, recommended types and grades of lubricants, and capacities.

c. A Lubrication Schedule showing service interval frequency.

1.5.2.2 Preventive Maintenance Plan, Schedule, and Procedures

Provide manufacturer's schedule for routine preventive maintenance, inspections, condition monitoring (predictive tests) and adjustments required to ensure proper and economical operation and to minimize repairs. Provide instructions stating when the systems should be retested. Provide manufacturer's projection of preventive maintenance work-hours on a daily, weekly, monthly, and annual basis including craft requirements by type of craft. For periodic calibrations, provide manufacturer's specified frequency and procedures for each separate operation.

a. Define the anticipated time required to perform each of each test (work-hours), test apparatus, number of personnel identified by responsibility, and a testing validation procedure permitting the record operation capability requirements within the schedule. Provide a remarks column for the testing validation procedure referencing operating limits of time, pressure, temperature, volume, voltage, current, acceleration, velocity, alignment, calibration, adjustments, cleaning, or special system notes. Delineate procedures for preventive maintenance, inspection, adjustment, lubrication and cleaning necessary to minimize repairs.

b. Repair requirements must inform operators how to check out, troubleshoot, repair, and replace components of the system. Include electrical and mechanical schematics and diagrams and diagnostic techniques necessary to enable operation and troubleshooting of the system after acceptance.

SECTION 01 78 23 Page 7

Page 570: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.5.2.3 Cleaning Recommendations

Provide environmentally preferable cleaning recommendations in accordance with ASTM E1971.

1.5.3 Repair

Provide manufacturer's recommended procedures and instructions for correcting problems and making repairs for the installed model and features of each system. Include potential environmental and indoor air quality impacts of recommended maintenance procedures and materials.

1.5.3.1 Troubleshooting Guides and Diagnostic Techniques

Provide step-by-step procedures to promptly isolate the cause of typical malfunctions. Describe clearly why the checkout is performed and what conditions are to be sought. Identify tests or inspections and test equipment required to determine whether parts and equipment may be reused or require replacement.

1.5.3.2 Wiring Diagrams and Control Diagrams

Provide point-to-point drawings of wiring and control circuits including factory-field interfaces. Provide a complete and accurate depiction of the actual job specific wiring and control work. On diagrams, number electrical and electronic wiring and pneumatic control tubing and the terminals for each type, identically to actual installation configuration and numbering.

1.5.3.3 Repair Procedures

Provide instructions and a list of tools required to repair or restore the product or equipment to proper condition or operating standards.

1.5.3.4 Removal and Replacement Instructions

Provide step-by-step procedures and a list of required tools and supplies for removal, replacement, disassembly, and assembly of components, assemblies, subassemblies, accessories, and attachments. Provide tolerances, dimensions, settings and adjustments required. Use a combination of text and illustrations.

1.5.3.5 Spare Parts and Supply Lists

Provide lists of spare parts and supplies required for repair to ensure continued service or operation without unreasonable delays. Special consideration is required for facilities at remote locations. List spare parts and supplies that have a long lead-time to obtain.

1.5.3.6 Repair Work-Hours

Provide manufacturer's projection of repair work-hours including requirements by type of craft. Identify, and tabulate separately, repair that requires the equipment manufacturer to complete or to participate.

1.5.4 Real Property Equipment

Provide a list of installed equipment furnished under this contract. Include all information usually listed on manufacturer's name plate. In

SECTION 01 78 23 Page 8

Page 571: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

the "EQUIPMENT-IN-PLACE LIST" include, as applicable, the following for each piece of equipment installed: description of item, location (by room number), model number, serial number, capacity, name and address of manufacturer, name and address of equipment supplier, condition, spare parts list, manufacturer's catalog, and warranty. Submit the final list 30 days after transfer of the completed facility.

Key the designations to the related area depicted on the contract drawings. List the following data:

RECORD OF DESIGNATED EQUIPMENT AND MATERIALS DATA

Description Specification Section

Manufacturer and Catalog, Model, and Serial Number

Composition and Size

Where Used

1.5.5 Appendices

Provide information required below and information not specified in the preceding paragraphs but pertinent to the maintenance or operation of the product or equipment. Include the following:

1.5.5.1 Product Submittal Data

Provide a copy of SD-03 Product Data submittals documented with the required approval.

1.5.5.2 Manufacturer's Instructions

Provide a copy of SD-08 Manufacturer's Instructions submittals documented with the required approval.

1.5.5.3 O&M Submittal Data

Provide a copy of SD-10 Operation and Maintenance Data submittals documented with the required approval.

1.5.5.4 Parts Identification

Provide identification and coverage for the parts of each component, assembly, subassembly, and accessory of the end items subject to replacement. Include special hardware requirements, such as requirement to use high-strength bolts and nuts. Identify parts by make, model, serial number, and source of supply to allow reordering without further identification. Provide clear and legible illustrations, drawings, and exploded views to enable easy identification of the items. When illustrations omit the part numbers and description, both the illustrations and separate listing must show the index, reference, or key number that will cross-reference the illustrated part to the listed part. Group the parts shown in the listings by components, assemblies, and subassemblies in accordance with the manufacturer's standard practice. Parts data may cover more than one model or series of equipment, components, assemblies, subassemblies, attachments, or accessories, such as typically shown in a master parts catalog.

SECTION 01 78 23 Page 9

Page 572: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.5.5.5 Warranty Information

List and explain the various warranties and clearly identify the servicing and technical precautions prescribed by the manufacturers or contract documents in order to keep warranties in force. Include warranty information for primary componentsof the system. Provide copies of warranties required by Section 01 78 00 CLOSEOUT SUBMITTALS.

1.5.5.6 Extended Warranty Information

List all warranties for products, equipment, components, and sub-components whose duration exceeds one year. For each warranty listed, indicate the applicable specification section, duration, start date, end date, and the point of contact for warranty fulfillment. Also, list or reference the specific operation and maintenance procedures that must be performed to keep the warranty valid. Provide copies of warranties required by Section 01 78 00 CLOSEOUT SUBMITTALS.

1.5.5.7 Personnel Training Requirements

Provide information available from the manufacturers that is needed for use in training designated personnel to properly operate and maintain the equipment and systems.

1.5.5.8 Testing Equipment and Special Tool Information

Include information on test equipment required to perform specified tests and on special tools needed for the operation, maintenance, and repair of components. Provide final set points.

1.5.5.9 Testing and Performance Data

Include completed prefunctional checklists, functional performance test forms, and monitoring reports. Include recommended schedule for retesting and blank test forms. Provide final set points.

1.5.5.10 Field Test Reports

Provide a copy of Field Test Reports (SD-06) submittals documented with the required approval.

1.5.5.11 Contractor Information

Provide a list that includes the name, address, and telephone number of the General Contractor and each Subcontractor who installed the product or equipment, or system. For each item, also provide the name address and telephone number of the manufacturer's representative and service organization that can provide replacements most convenient to the project site. Provide the name, address, and telephone number of the product, equipment, and system manufacturers.

1.6 SCHEDULE OF OPERATION AND MAINTENANCE DATA PACKAGES

Provide the O&M data packages specified in individual technical sections. The information required in each type of data package follows:

1.6.1 Data Package 1

a. Safety precautions and hazards

SECTION 01 78 23 Page 10

Page 573: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

b. Cleaning recommendations

c. Maintenance and repair procedures

d. Warranty information

e. Extended warranty information

f. Contractor information

g. Spare parts and supply list

1.6.2 Data Package 2

a. Safety precautions and hazards

b. Normal operations

c. Environmental conditions

d. Lubrication data

e. Preventive maintenance plan, schedule, and procedures

f. Cleaning recommendations

g. Maintenance and repair procedures

h. Removal and replacement instructions

i. Spare parts and supply list

j. Parts identification

k. Warranty information

l. Extended warranty information

m. Contractor information

1.6.3 Data Package 3

a. Safety precautions and hazards

b. Operator prestart

c. Startup, shutdown, and post-shutdown procedures

d. Normal operations

e. Emergency operations

f. Environmental conditions

g. Operating log

h. Lubrication data

SECTION 01 78 23 Page 11

Page 574: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

i. Preventive maintenance plan, schedule, and procedures

j. Cleaning recommendations

k. Troubleshooting guides and diagnostic techniques

l. Wiring diagrams and control diagrams

m. Maintenance and repair procedures

n. Removal and replacement instructions

o. Spare parts and supply list

p. Product submittal data

q. O&M submittal data

r. Parts identification

s. Warranty information

t. Extended warranty information

u. Testing equipment and special tool information

v. Testing and performance data

w. Contractor information

x. Field test reports

1.6.4 Data Package 4

a. Safety precautions and hazards

b. Operator prestart

c. Startup, shutdown, and post-shutdown procedures

d. Normal operations

e. Emergency operations

f. Operator service requirements

g. Environmental conditions

h. Operating log

i. Lubrication data

j. Preventive maintenance plan, schedule, and procedures

k. Cleaning recommendations

l. Troubleshooting guides and diagnostic techniques

m. Wiring diagrams and control diagrams

SECTION 01 78 23 Page 12

Page 575: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

n. Repair procedures

o. Removal and replacement instructions

p. Spare parts and supply list

q. Repair work-hours

r. Product submittal data

s. O&M submittal data

t. Parts identification

u. Warranty information

v. Extended warranty information

w. Personnel training requirements

x. Testing equipment and special tool information

y. Testing and performance data

z. Contractor information

aa. Field test reports

1.6.5 Data Package 5

a. Safety precautions and hazards

b. Operator prestart

c. Start-up, shutdown, and post-shutdown procedures

d. Normal operations

e. Environmental conditions

f. Preventive maintenance plan, schedule, and procedures

g. Troubleshooting guides and diagnostic techniques

h. Wiring and control diagrams

i. Maintenance and repair procedures

j. Removal and replacement instructions

k. Spare parts and supply list

l. Product submittal data

m. Manufacturer's instructions

n. O&M submittal data

SECTION 01 78 23 Page 13

Page 576: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

o. Parts identification

p. Testing equipment and special tool information

q. Warranty information

r. Extended warranty information

s. Testing and performance data

t. Contractor information

u. Field test reports

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

3.1 TRAINING

Prior to acceptance of the facility by the Contracting Officer for Beneficial Occupancy, provide comprehensive training for the systems and equipment specified in the technical specifications. The training must be targeted for the building maintenance personnel, and applicable building occupants. Instructors must be well-versed in the particular systems that they are presenting. Address aspects of the Operation and Maintenance Manual submitted in accordance with Section 01 78 00 CLOSEOUT SUBMITTALS. Training must include classroom or field lectures based on the system operating requirements. The location of classroom training requires approval by the Contracting Officer.

3.1.1 Training Plan

Submit a written training plan to the Contracting Officer for approval at least 60 calendar days prior to the scheduled training. Training plan must be approved by the Commissioning Authority (CxA) prior to forwarding to the Contracting Officer. Also, coordinate the training schedule with the Contracting Officer and CxA. Include within the plan the following elements:

a. Equipment included in training

b. Intended audience

c. Location of training

d. Dates of training

e. Objectives

f. Outline of the information to be presented and subjects covered including description

g. Start and finish times and duration of training on each subject

h. Methods (e.g. classroom lecture, video, site walk-through, actual operational demonstrations, written handouts)

SECTION 01 78 23 Page 14

Page 577: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

i. Instructor names and instructor qualifications for each subject

j. List of texts and other materials to be furnished by the Contractor that are required to support training

k. Description of proposed software to be used for video recording of training sessions.

3.1.2 Training Content

The core of this training must be based on manufacturer's recommendations and the operation and maintenance information. The CxA is responsible for overseeing and approving the content and adequacy of the training. Spend 95 percent of the instruction time during the presentation on the OPERATION AND MAINTENANCE DATA. Include the following for each system training presentation:

a. Start-up, normal operation, shutdown, unoccupied operation, seasonal changeover, manual operation, controls set-up and programming, troubleshooting, and alarms.

b. Relevant health and safety issues.

c. Discussion of how the feature or system is environmentally responsive. Advise adjustments and optimizing methods for energy conservation.

d. Design intent.

e. Use of O&M Manual Files.

f. Review of control drawings and schematics.

g. Interactions with other systems.

h. Special maintenance and replacement sources.

i. Tenant interaction issues.

3.1.3 Training Outline

Provide the Operation and Maintenance Manual Files (Bookmarked PDF) and a written course outline listing the major and minor topics to be discussed by the instructor on each day of the course to each trainee in the course. Provide the course outline 14 calendar days prior to the training.

3.1.4 Training Video Recording

Record classroom training session(s) on video. Provide to the Contracting Officer two copies of the training session(s) in DVD video recording format. Capture within the recording, in video and audio, the instructors' training presentations including question and answer periods with the attendees. The recording camera(s) must be attended by a person during the recording sessions to assure proper size of exhibits and projections during the recording are visible and readable when viewed as training.

3.1.5 Unresolved Questions from Attendees

If, at the end of the training course, there are questions from attendees

SECTION 01 78 23 Page 15

Page 578: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

that remain unresolved, the instructor must send the answers, in writing, to the Contracting Officer for transmittal to the attendees, and the training video must be modified to include the appropriate clarifications.

3.1.6 Validation of Training Completion

Ensure that each attendee at each training session signs a class roster daily to confirm Government participation in the training. At the completion of training, submit a signed validation letter that includes a sample record of training for reporting what systems were included in the training, who provided the training, when and where the training was performed, and copies of the signed class rosters. Provide two copies of the validation to the Contracting Officer, and one copy to the Operation and Maintenance Manual Preparer for inclusion into the Manual's documentation.

3.1.7 Quality Control Coordination

Coordinate this training with the CxA in accordance with Section 01 45 00.00 10 QUALITY CONTROL.

-- End of Section --

SECTION 01 78 23 Page 16

Page 579: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 91 00.00 37

COMMISSIONING

05/15

PART 1 GENERAL

1.1 REFERENCES 1.2 DEFINITIONS 1.3 DESCRIPTION 1.3.1 Applicable Criteria 1.3.2 Commissioning Agent (CA) 1.3.3 LEED 1.3.4 Process 1.3.5 Written Work Products 1.3.6 Related Requirements 1.4 SUBMITTALS 1.5 QUALITY ASSURANCE 1.5.1 Responsibilities 1.5.2 Commissioning Firm 1.5.3 Commissioning Agent 1.6 SYSTEMS TO BE COMMISSIONED 1.7 COORDINATION 1.7.1 Commissioning Team 1.7.2 Cx Schedule 1.7.3 Meetings 1.7.3.1 Scoping Meeting 1.7.3.2 Miscellaneous Meetings 1.8 RESPONSIBILITIES 1.8.1 CA Responsibilities 1.8.2 Contractor Responsibilities 1.9 COMMISSIONING PLAN 1.10 COMMISSIONED EQUIPMENT DATA 1.11 REPORTING 1.11.1 Final Cx Report 1.11.2 Systems Manual

PART 2 PRODUCTS

2.1 TEST EQUIPMENT 2.1.1 Equipment Provisions 2.1.2 Equipment Calibration

PART 3 EXECUTION

3.1 STARTUP AND PREFUNCTIONAL CHECKOUT 3.1.1 Responsibilities 3.1.2 PFT Checklists and Startup Plan 3.1.2.1 PFT Checklists 3.1.2.2 Startup Plan 3.1.3 Execution of PFTs

SECTION 01 91 00.00 37 Page 1

Page 580: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.1.4 Execution of Startup 3.1.4.1 Startup Documentation 3.1.5 Nonconformance and Approval in PFT Checklists and Startup 3.2 SENSOR AND ACTUATOR CALIBRATION 3.2.1 Calibration Methods 3.2.1.1 All Sensors 3.2.1.2 Sensors Without Transmitters 3.2.1.3 Sensors With Transmitters 3.2.2 Tolerances, Standard Applications 3.2.3 Valve and Damper Stroke Setup and Check 3.2.3.1 EMS Readout 3.3 Controls 3.4 TAB 3.5 GENERATOR, AUTOMATIC TRANSFER SWITCH, AND UPS 3.6 LIGHTING AND LIGHTING CONTROL SYSTEMS 3.6.1 General 3.6.2 Performance Parameters and Commissioning Procedures 3.6.2.1 Lighting Controls 3.6.2.2 Lighting Control Panels 3.6.2.3 Exterior Lighting Photo Sensors 3.6.2.4 Dimming 3.7 AIR BARRIER SYSTEM 3.8 FUNCTIONAL PERFORMANCE TESTING 3.8.1 Development of Test Procedures 3.8.2 Test Methods 3.8.2.1 Functional Performance 3.8.2.2 Simulated Conditions 3.8.2.3 Overwritten Values 3.8.2.4 Altering Setpoints 3.8.2.5 Indirect Indicators 3.8.2.6 Setup 3.8.3 Coordination and Scheduling 3.8.4 Documentation, Review and Approval 3.9 NONCONFORMANCE 3.9.1 Procedure 3.9.1.1 Non-Disputed Deficiencies 3.9.1.2 Disputed Deficiencies 3.9.2 Retesting 3.9.3 Failure Due to Manufacturer Defect 3.9.4 Deficiency Report and Resolution Record 3.10 DEFERRED TESTING 3.10.1 Unforeseen Deferred Tests 3.10.2 Seasonal Testing 3.10.3 Short-Term Diagnostic Testing 3.11 TRAINING 3.11.1 Training Plan and Schedule 3.11.2 Training Course Content 3.11.3 Training Documentation 3.11.4 Training Verification

-- End of Section Table of Contents --

SECTION 01 91 00.00 37 Page 2

Page 581: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 91 00.00 37

COMMISSIONING05/15

PART 1 GENERAL

1.1 REFERENCES

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

AMERICAN SOCIETY OF HEATING, REFRIGERATING AND AIR-CONDITIONING ENGINEERS (ASHRAE)

ASHRAE Guideline 0 (2013) The Commissioning Process

ASHRAE Guideline 1.1 (2007) HVAC&R Technical Requirements for The Commissioning Process

ASHRAE 189.1 (2014; Errata 1-2 2015) Standard for the Design of High-Performance Green Buildings Except Low-Rise Residential Buildings

U.S. GREEN BUILDING COUNCIL (USGBC)

LEED GBDC Ref Guide (2009; R 2010) LEED Reference Guide for Green Building Design, Construction and Major Renovations of Commercial and Institutional Buildings including Core & Shell and K-12 Projects

1.2 DEFINITIONS

a. "Basis of design" is the documentation of the primary thought processes and assumptions behind design decisions that were made to meet the design intent. The basis of design describes the systems, components, conditions and methods chosen to meet the intent.

b. "Commissioning (Cx)" is a comprehensive and systematic process to verify that the building systems perform as designed to meet Government requirements and the design intent.

c. The "Commissioning Plan" (Cx Plan) is an overall plan that provides the structure, schedule and coordination planning for the Cx process.

d. "Data logging" records data such as flows, currents, status, and pressures over time using stand-alone data loggers separate from the control system.

e. "Deferred functional tests" are performed after substantial completion, due to partial occupancy, equipment, seasonal requirements, design, or other site conditions that disallow the test from being performed before substantial completion.

f. A "deficiency" is a condition in the installation or function of a component, piece of equipment, or system that is not in compliance with the

SECTION 01 91 00.00 37 Page 3

Page 582: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Contract documents.

g. The "design intent" represents the ideas, concepts, and criteria that are conveyed through the Contract documents.

h. "Factory testing" tests equipment on-site or at the factory by factory personnel.

i. A "functional performance test" (FPT) tests the dynamic function and operation of equipment and systems under full operation using manual (direct observation) or monitoring methods. For example, the chiller pump is tested interactively with the chiller functions to see if the pump ramps up and down to maintain the differential pressure setpoint.

j. "Indirect indicators" indicate a response or condition, such as a reading from a control system screen reporting a damper to be 100 percent closed.

k. A "manual test" uses hand-held direct reading instruments, immediate control system readouts, or direct observation to verify performance (contrasted to analyzing monitored data taken over time to make the observation).

l. "Nonconformance" means a piece of equipment or a system does not perform properly or comply with the design intent.

m. An "overwritten value" is a sensor value in the building control system that is overridden to see the response of a system. For example, changing the outside air temperature value from 50 degrees F to 75 degrees F to verify economizer operation. See also "simulated signal".

n. Owner's Project Requirements (OPR) is a written document that details the functional requirements of the project and the expectations of how it will be used and operated.

o. "Phased commissioning" is completed in phases (by floors or buildings, for example) due to the size of the structures or other scheduling issues, in order to minimize the total construction time.

p. A "prefunctional test checklist" (PFT checklist) is a list of items to inspect and elementary component tests to conduct to verify proper installation of equipment. Prefunctional tests (PFTs) are primarily static inspections and procedures to prepare the equipment or system for initial operation (e.g., belt tension, oil levels OK, labels affixed, gages in place, sensors calibrated). However, some PFT checklist items entail simple testing of the function of a component, a piece of equipment or system (such as measuring the voltage imbalance on a three phase pump motor of a chiller system). PFT checklists augment and are combined with the manufacturer's startup checklist.

q. "Sampling" functionally tests only a fraction of the total number of identical or near identical pieces of equipment.

r. "Seasonal performance tests" are FPTs that are deferred until the system(s) will experience conditions closer to their design conditions.

s. "Simulated conditions" are created conditions for the purpose of testing the response of a system (e.g., applying a hair blower to a space sensor to see the response in a VAV box).

SECTION 01 91 00.00 37 Page 4

Page 583: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

t. A "simulated signal" uses a signal generator to send an amperage, resistance or pressure to the transducer and DDC system to simulate a sensor value.

u. "Startup" includes the initial starting or activating of dynamic equipment after executing PFTs.

v. "Test requirements" specify what modes, functions, and conditions shall be tested. The test requirements are not the detailed test procedures. The test requirements are specified in the individual sections of the Contract documents.

w. "Trending" uses the building control system for monitoring.

x. The "warranty period" involves the entire project, including equipment components. Warranty begins at substantial completion and extends for at least 1 year, unless specifically noted otherwise in the Contract documents and accepted submittals.

1.3 DESCRIPTION

The Fundamental Cx process shall encompass and coordinate system documentation, equipment startup, control system calibration, testing and balancing, performance testing, and training. Fundamental Cx shall be completed before substantial completion. Cx does not take away from or reduce the responsibility of the Contractor to provide a finished and fully functioning product.

1.3.1 Applicable Criteria

The work shall conform to the following:

a. LEED GBDC Ref Guide

b. ASHRAE Guideline 0

c. ASHRAE Guideline 1.1 with the following exception: sampling techniques are not allowed for HVAC systems. 100 percent of the HVAC systems and their controls are required to be commissioned.

d. ASHRAE 189.1, paragraphs 10.3.1.1 Building Acceptance Testing and 10.3.1.2 Building Project Commissioning

1.3.2 Commissioning Agent (CA)

The CA shall be provided by the Contractor and shall meet the following requirements:

a. Have documented experience as commissioning authority for at least two building projects of similar technical complexity within the last 5 years.

b. Meet the requirements of paragraph 1.5.3 "Commissioning Agent".

c. Be independent of the project's design and construction teams.

SECTION 01 91 00.00 37 Page 5

Page 584: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.3.3 LEED

See Section 01 33 29 SUSTAINABILITY REPORTING. Project shall meet the requirements for LEED Energy & Atmosphere (EA) Prerequisite 1, Fundamental Commissioning.

1.3.4 Process

The following activities outline the Cx tasks and the general order in which they occur. The Commissioning Agent (CA) shall coordinate all activities.

a. Review construction documents, basis of design and design intent documents prepared by Designer of Record (DOR). LEED Owner's Project Requirements (OPR) and Basis of Design (BOD) documents are posted at LEED OnLine.

b. Conduct a scoping meeting to review the Cx process with the Cx team members.

c. Develop a Cx Plan.

d. Schedule additional meetings throughout construction with necessary parties attending, to plan, scope, coordinate, schedule future activities, and resolve problems.

e. Collect equipment documentation during normal submittals, including detailed startup procedures.

f. Review submittals.

g. Develop startup plans, startup documentation formats, and PFTs to be completed prior to startup. Preliminary PFT Checklist Forms are attached.

h. Perform startup and initial checkout.

i. Develop and execute FPT procedures. Preliminary Functional Performance Test Forms are attached.

j. Correct items of nonconformance in materials, installation, or setup and retest the system.

k. Document deficiencies and their resolution.

l. Review documentation for completeness.

m. Complete and submit the Final Cx Report.

n. Review, pre-approve and coordinate Government personnel training and verify completion.

o. Perform deferred testing as specified and required, including unforeseen deferred tests, seasonal testing and short-term diagnostic testing.

p. Complete and submit the Systems Manual.

q. Perform end-of-warranty review.

SECTION 01 91 00.00 37 Page 6

Page 585: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.3.5 Written Work Products

The Cx process generates a number of written work products. The Cx Plan shall list all the formal written work products, describe briefly their contents (including specification references as applicable), who is responsible to create them, their due dates and who receives and approves them. In summary, the written products are:

Product Developed ByDesign document review CADraft and Final Cx Plan CAMeeting minutes Contractor (CTR)Cx schedules CTR, CA, Contracting Officer's Representative (COR)Equipment documentation submittals CTRSequence clarifications CTRPFT checklists CA with CTR assistanceStartup and initial checkout plan CTR, CA compiles existing documentsCompletely filled out CTRstartup, initial checkout,and PFT forms and checklistsTAB Plan CTR with CA reviewFinal TAB report CTR with CA reviewCommissioned systems issues log CA(deficiencies)Cx Progress Record CACommissioned systems deficiency reports CAFPT forms CA with CTR assistanceCompletely filled out FPT forms CA, CTR with CA reviewO&M Manual CTRSystems Manual CA with CTR assistanceCx record book CATraining Plan CTR, CA, CORSpecific training agendas CTRFinal Cx Report CAMiscellaneous approvals COR

1.3.6 Related Requirements See Section 07 05 23 PRESSURE TESTING AN AIR BARRIER SYSTEM FOR AIR TIGHTNESS for building envelope testing requirements. See Section 23 05 93 TESTING, ADJUSTING AND BALANCING FOR HVAC for TAB. See Section 23 09 23.01 LONWORKS DIRECT DIGITAL CONTROL FOR HVAC AND OTHER BUILDING CONTROL SYSTEMS for controls testing. See Section 26 51 00 INTERIOR LIGHTING.

1.4 SUBMITTALS

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

SD-01 Preconstruction Submittals

Draft Cx Plan and Schedule; G, RO

SECTION 01 91 00.00 37 Page 7

Page 586: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Final Cx Plan and Schedule; G, RO

SD-02 Shop Drawings

Controls; G, RO

SD-06 Test Reports

Filled out functional test readiness forms; G, ROCA

Completed PFT checklists; G, ROCA

Completed startup checklists; G, ROCA

Completed FPT forms

Nonconformance and Approval in PFT checklists and Startup

Progress reports and test results

SD-07 Certificates

Commissioning Firm; G, RO

Commissioning Agent; G, RO

Calibration documentation

Calibration certification

SD-08 Manufacturer's Instructions

Startup and Checkout Plan

Checkout Forms

Test Procedures

SD-10 Operation and Maintenance Data

Training Plan; G, ROCA

Training Documentation

Training Verification

SD-11 Closeout Submittals

Final Cx Report; G

Systems Manual; G

Deficiency Report and Resolution Record

1.5 QUALITY ASSURANCE

1.5.1 Responsibilities

Perform all Commissioning work specified herein and in related sections

SECTION 01 91 00.00 37 Page 8

Page 587: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

under the direct guidance of the Commissioning Agent.

1.5.2 Commissioning Firm

Submit certification of the proposed Commissioning Firm's qualifications to perform the duties specified herein and in other related Sections, no later than 21 days after the Notice to Proceed. Include in the documentation the date that the Certification was initially granted and the date when the current Certification expires. The firm is either a member of ACG or certified by the NEBB or the TABB and certified in all categories and functions where measurements or performance are specified on the plans and specifications. Any lapses in Certification of the proposed Commissioning Firm or disciplinary action taken by ACG, NEBB, or TABB against the roposed Commissioning Firm shall be described in detail. The certification shall be maintained for the entire duration of duties specified herein. If, for any reason, the firm loses subject certification during this period, immediately notify the Contracting Officer and submit another Commissioning Firm for approval. Any firm that has been the subject of disciplinary action by the ACG, the NEBB, or the TABB within the 5 years preceding Contract Award is not eligible to perform any duties related to the HVAC systems, including Commissioning. All work specified n this Section and in other related Sections to be performed by the Commissioning Firm shall be considered invalid if the Commissioning Firm loses its certification prior to Contract completion and must be performed by an approved successor. These Commissioning services are to assist the Contractor in performing the quality oversight for which it is responsible. The Commissioning Firm shall be a subcontractor of the prime Contractor and shall be financially and corporately independent of all other subcontractors. The Commissioning Firm shall report to and be paid by the Contractor.

1.5.3 Commissioning Agent

Submit certification of the proposed Commissioning Agent's qualifications to perform the duties specified herein and in other related Sections, no later than 21 days after the Notice to Proceed. The documentation shall include the date that the Certification was initially granted and the date when the current Certification expires. The Commissioning Agent shall be an ACG Certified Commissioning Agent, a NEBB Qualified Commissioning Administrator, or a TABB Certified Commissioning Supervisor and shall be an employee of the approved Commissioning Firm. Any lapses in Certification of the proposed Commissioning Agent or disciplinary action taken by ACG, NEBB, or TABB against the proposed Commissioning Agent shall be described in detail. The certification shall be maintained for the entire duration of duties specified herein. If, for any reason, the Commissioning Agent loses subject certification during this period, immediately notify the Contracting Officer and submit another Commissioning Agent for approval. Any individual that has been the subject of disciplinary action by the ACG, the NEBB, or the TABB within the 5 years preceding Contract Award is not eligible to perform any duties related to the HVAC systems, including Commissioning. All work specified in this Section and in other related Sections performed by the Commissioning Agent shall be considered invalid if the Commissioning Agent loses certification prior to Contract completion and must be performed by the approved successor.

1.6 SYSTEMS TO BE COMMISSIONED

The following equipment and systems shall be commissioned in accordance with the procedures described in this section.

SECTION 01 91 00.00 37 Page 9

Page 588: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

a. Heating, Ventilating, Air Conditioning, and Refrigeration Systems (HVAC&R) Systems (mechanical and passive) and associated controls

b. Indoor Air Quality (IAQ) systems and associated controls

c. Interior and exterior lighting, daylighting and shading controls including automatic controls and occupancy sensors

d. Plumbing and domestic hot water systems including solar water heating e. Building envelope including thermal and moisture integrity and air tightness

f. Electrical Power Backup System

1.7 COORDINATION

1.7.1 Commissioning Team

The members of the Cx team shall consist of the CA, the Contractor, the COR, subcontractors, QC Specialists, Designers of Record (under construction period services contract with the Government) and Government representative(s) including operation and maintenance (O&M) staff. All members shall work together and with vendors to fulfill their contracted responsibilities and meet the objectives of the Contract documents and Cx process. The CA shall regularly communicate with all members of the Cx team, keeping them apprised of Cx progress and scheduling changes through memos, progress reports, or other methods of communication.

1.7.2 Cx Schedule

The CA shall work with the Contractor and the COR to schedule the Cx activities. The CA shall provide the initial schedule of primary events at the Cx scoping meeting. The Draft Cx Plan shall provide a format for this schedule, and both shall be submitted together. The CA shall provide sufficient notice to the Contractor and the COR for scheduling Cx activities. The Contractor shall integrate all Cx activities into the master schedule. As construction progresses the CA shall update the Cx schedule with more details. Notify the Contracting Officer and CA ahead of time when Cx activities not yet performed or not yet scheduled will impact the construction schedule.

1.7.3 Meetings

1.7.3.1 Scoping Meeting

The Cx scoping meeting shall be scheduled by the CA within 90 days of award of the construction Contract. The CA shall plan and conduct the Cx scoping meeting with the entire Cx team in attendance (attendance by conference call is acceptable). Meeting minutes shall be distributed to all parties within one week. The agenda shall include a review of each building system to be commissioned, including its intended operation, Cx requirements, and completion and startup schedules. The scope of work, tasks, schedules, deliverables, and responsibilities for implementation of the Cx Plan shall be established. Information gathered from this meeting will allow the CA to update the Cx Plan, which shall also be distributed to all parties.

SECTION 01 91 00.00 37 Page 10

Page 589: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

1.7.3.2 Miscellaneous Meetings

Other meetings will be planned and conducted by the CA as construction progresses. These meetings will cover coordination, deficiency resolution, and planning issues. These meetings shall be held monthly, until the final three months of construction when they shall be held weekly. Attendance by conference call is acceptable. Cx shall also be discussed in all weekly progress meetings.

1.8 RESPONSIBILITIES

The responsibilities of various parties in the Cx process are as specified. The COR and CA are not responsible for construction means, methods, job safety, or management function related to Cx on the job site.

1.8.1 CA Responsibilities

The CA is responsible for writing and verification of compliance with the Cx Plan and the preparation of Cx checklists and reports. This shall involve coordinating and directing the Cx activities in a logical, sequential, and efficient manner using consistent protocols and forms, centralized documentation, clear and regular communications and consultations with all necessary parties, frequently updated timelines and schedules, and technical expertise. All submittals applicable to systems being commissioned shall be reviewed and evaluated by the CA for compliance with Cx needs and the Contract documents. The CA shall ensure proper coordination and submission of all documents. During construction, the CA shall perform site visits as necessary to observe component and system installations; attend selected planning and job-site meetings to obtain information on construction progress (attendance by conference call is acceptable); review construction meeting minutes for potential revisions or substitutions related to the Cx process; and assist in resolving any discrepancies.

1.8.2 Contractor Responsibilities

The Contractor shall include and itemize the cost of Cx in the contract price, including but not limited to the cost of sheaves and belts that may be required by testing, adjusting, and balancing (TAB). In each purchase order or subcontract written, requirements for submittal data, Cx documentation, O&M data, and training shall be included. During construction, the Contractor shall maintain as-built red-line drawings for all drawings and final CAD as-builts for contractor-generated coordination drawings. These drawings shall be updated after completion of Cx (excluding deferred testing).

1.9 COMMISSIONING PLAN

The CA shall develop a Draft Cx Plan to identify how Cx activities will be integrated into general construction and trade activities. The Plan shall identify how Cx responsibilities are distributed. The Cx Plan shall include the following components:

a. A brief overview of the Cx process, including goals, objectives, and general project information.

b. A list of systems to be commissioned.

c. Identification of Cx participants and responsibilities, including

SECTION 01 91 00.00 37 Page 11

Page 590: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

applicable excerpts from approved Construction Quality Control (CQC) Plan.

d. A description of the management, communication, and reporting of the Cx Plan.

e. An outline of the Cx process scope including:

1. Documentation of basis of design and design intent (prepared by DOR and obtained from the Government).

2. Startup and testing procedures, including samplingprocedures and applicable excerpts from CQC Plan.

3. Observation procedures, highlighting the requirements for verification of the correct installation of all systems and including applicable excerpts from CQC Plan.

4. System performance verification.

5. Submittal review procedures, including applicable excerpts from CQC Plan.

6. O&M documentation describing the information to be provided to the Government as required by Section 01 78 23 OPERATION AND MAINTENANCE DATA.

7. Training activities, including applicable excerpts from CQC Plan.

8. Warranty period activities.

f. A list and description of the written work products, as specifiedin the paragraph Written Work Products.

g. An activity schedule.

h. A description of the rigor, scope, and procedures of testing andacceptance, including applicable excerpts from CQC Plan.

The Draft Cx Plan and schedule shall be submitted to the Contracting Officer before the scoping meeting. Within 30 days after the initial Cx scoping meeting the CA shall update and submit the Draft Cx Plan for Contracting Officer final review. The CA shall adjust the Draft Cx Plan as required and submit as the Final Cx Plan and schedule prior to commencement of work. The Final Cx Plan shall include specific scheduling of required testing procedures for commissioned equipment and systems. Changes to the Cx test procedures and scheduling after approval of final Cx Plan during construction will be documented in the Cx Report.

1.10 COMMISSIONED EQUIPMENT DATA

The CA shall request in writing from the Contractor specific information needed about each piece of commissioned equipment or system to fulfill requirements of the Cx Plan, and shall review and evaluate this information for compliance with Cx needs, in accordance with this section and Section 01 33 00 SUBMITTAL PROCEDURES. This information shall include normal cut sheets; addenda; change orders; full details of any required testing; full factory testing reports, if any. In addition, the installation, startup,

SECTION 01 91 00.00 37 Page 12

Page 591: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

test procedures and checkout materials and the startup and checkout plans that are shipped inside the equipment and the actual field checkout forms to be used by the factory or field technicians shall be submitted and reviewed by the CA. The CA may request further documentation as necessary for the Cx process. Any request for additional data shall be made through the Contracting Officer's Representative and prior to receipt of normal submittal data from equipment manufacturers. This information is to be used in the Cx process prior to the regular formal O&M manual submittals, and shall be compiled and maintained in the O&M manuals and Systems Manual.

1.11 REPORTING

The CA shall provide Cx schedule and progress reports monthly to the Contracting Officer and Cx team, with increasing frequency as construction and Cx progress. Sample standard forms shall be provided and referenced in the Cx Plan. Testing or review approvals and nonconformance and deficiency reports shall be made regularly.

1.11.1 Final Cx Report

The CA shall compile a Final Cx Report focusing on evaluating Cx process issues, and provide four hard copies plus two electronic copies to the Contracting Officer within 30 days after completion of all FPTs. The report shall include an executive summary and shall summarize all of the tasks, findings, conclusions, and recommendations of the Cx process. A list of participants and roles, brief building description, overview of Cx and testing scope, and general description of testing and verification methods shall be included. The CA shall provide the following for each piece of equipment:

a. Assessment of how the equipment meets the specifications and design intent.

b. PFT checklists, start-up tests and FPT forms.

c. O&M documentation evaluation.

d. Operator training evaluation.

e. Assessment of the value of the Cx process.

Specifically list all outstanding nonconformance items. Each nonconformance issue shall be referenced to the specific item where the deficiency is documented. List any uncorrected compromises in the environmentally responsive features. List recommendations such as improvements to equipment or operations, future actions including testing justified by seasonal conditions, or Cx process changes. Include a brief description of the verification method used and observations and conclusions from the testing of each piece of equipment. All acquired Cx documentation, including completed FPTs, logs, minutes, reports, deficiency lists, communications, findings, and unresolved issues, shall be compiled in appendices and provided with the Final Cx Report. A Commissioning Agent Certification Letter signed by the CA shall be included in the report, certifying the Cx Plan has been successfully executed and the design intent of the facility has been achieved.

1.11.2 Systems Manual

The CA shall develop an indexed systems manual to be submitted in both hard

SECTION 01 91 00.00 37 Page 13

Page 592: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

copy and electronic version with the Final Cx Report. The Systems Manual contains the following information, compiled into a single manual, regardless of repetition with the O&M manuals:

a. Final version of basis of design and design intent.

b. As-built sequences of operations for all equipment as provided by subcontractors, including time-of-day schedules and schedule frequency, control drawings, and detailed point listings with ranges and initial setpoints.

c. Ongoing operating instructions for all integrated building systems.

d. FPT results, blank test forms, and recommended schedule for ongoing testing.

e. Seasonal operational guidelines.

f. Recommendations for recalibration frequency of sensors and actuators by type and use.

g. Single line diagrams of each commissioned system.

h. Troubleshooting table for ongoing achievement of the design intent.

i. Guidelines for continuous maintenance of the design intent and basis of design.

j. Full warranty information for all commissioned equipment and systems.

PART 2 PRODUCTS

2.1 TEST EQUIPMENT

Equipment shall be maintained in good repair and operational condition throughout the duration of use on this project.

2.1.1 Equipment Provisions

The Contractor shall provide all test equipment necessary to perform startup and initial checkout and required FPT. Special equipment, tools and instruments available only from the vendor, specific to a piece of equipment, and required for testing equipment shall be turned over to the Government after testing has been completed, except for stand-alone data logging equipment. Data logging equipment and software required to test equipment shall not become the property of the Government.

2.1.2 Equipment Calibration

The Contractor is responsible for testing equipment calibration. All testing equipment shall be of sufficient quality and accuracy to test and measure system performance within the tolerances specified. Unless otherwise noted, the following minimum requirements apply. Temperature sensors and digital thermometers shall have a certified calibration within the past year to an accuracy of 0.9 degrees F and a resolution of plus or minus 0.2 degrees F. Pressure sensors shall have an accuracy of plus or minus 2.0 percent of the value range being measured (not the full range of the meter) and have been calibrated within the last year. All equipment

SECTION 01 91 00.00 37 Page 14

Page 593: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

shall be calibrated according to the manufacturer's recommended intervals and when dropped or damaged. Calibration tags shall be affixed or certificates readily available. Calibration documentation of all testing equipment shall be turned in with each testing episode. Serial numbers of equipment and standards used for QC, zeroing, and calibration shall be included.

PART 3 EXECUTION

3.1 STARTUP AND PREFUNCTIONAL CHECKOUT

Each piece of equipment or system to be commissioned shall receive a full prefunctional checkout. No sampling strategies shall be used. Equipment shall not be temporarily started for Cx.

3.1.1 Responsibilities

The Contractor has startup responsibility and shall complete systems and subsystems so they are fully functional and meeting the design objectives of the Contract documents. Start-up of equipment shall not occur until PFT are completed and the checklists have been approved by the CA. The Cx procedures and FPT do not relieve or lessen this responsibility or shift that responsibility partially to the CA or the Government. Parties responsible for PFT execution and startup shall be identified in the Cx scoping meeting and in the PFT checklists.

3.1.2 PFT Checklists and Startup Plan

The Contractor shall assist the CA in developing the PFT checklists. The manufacturer and Contractor shall develop the detailed startup plans for all equipment. The primary role of the CA in this process is to ensure that there is written documentation that each of the manufacturer-recommended procedures have been completed.

3.1.2.1 PFT Checklists

The PFT checklists shall indicate required procedures to be executed to verify the systems are ready for start-up. The attached PFT checklists are preliminary checklists and shall be finalized by the CA 2 weeks minimum prior to PFTs being performed. The Contractor shall determine which trade is responsible for executing and documenting each of the line item tasks and note that trade on the PFT checklists. Each task may have more than one trade responsible for its execution.

3.1.2.2 Startup Plan

The Contractor shall develop the full startup plan and submit the plan to the CA for review and approval. The CA shall review and evaluate the procedures and the procedure documentation format, noting any procedures that need to be revised or added. The plan shall contain a minimum of the following:

a. The manufacturer's standard written startup procedures copied from the installation manuals with check boxes by each procedure and a summary statement with a signature block added at the end.

b. The manufacturer's field checkout sheets.

SECTION 01 91 00.00 37 Page 15

Page 594: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.1.3 Execution of PFTs

Two weeks prior to PFT, the Contractor shall schedule PFT activities with the Contracting Officer and CA. The Contractor shall execute the PFTs of all equipment and systems defined in the commissioning plan. The CA may attend the PFTs. The Contractor shall fill out the PFT checklists and submit the completed PFT checklists to the CA for review and approval.

3.1.4 Execution of Startup

Two weeks prior to startup, the Contractor shall schedule startup and checkout activities with the Contracting Officer and CA. Prior to start-up of all commissioned equipment the pre-functional checklists must be approved by the CA. The Contractor shall execute the start-up of all equipment and systems defined in the commissioning plan. The Contractor shall provide skilled technicians to execute starting of equipment and shall ensure that they are available and present during the agreed upon schedules and for sufficient duration to complete the necessary tests, adjustments, and problem-solving. The CA may attend the startup.

3.1.4.1 Startup Documentation

After startup completion, the Contractor shall provide the CA with a signed and dated copy of the completed startup checklists. Only individuals that have direct knowledge and witnessed that a line item task of the startup was actually performed shall initial or check that item off. Witnessing supervisors shall not fill out these forms.

3.1.5 Nonconformance and Approval in PFT Checklists and Startup

The Contractor shall clearly list any outstanding items of the startup and PFT procedures that were not completed successfully at the bottom of the applicable checklist or on an attached sheet. The completed checklist and any outstanding deficiencies shall be provided to the Contracting Officer and the CA within 2 days of test completion. The CA shall review the report and submit either a nonconformance report or an approval form to the Contracting Officer. The Contractor shall correct all areas that are deficient or incomplete in the checklists and tests in a timely manner, and shall notify the CA as soon as outstanding items have been corrected and resubmit an updated report and a Statement of Correction on the original nonconformance report. When satisfactorily completed, the CA shall recommend approval of the execution of the PFTs and startup of each system to the Contracting Officer using a standard form. Contractor shall notify CA 2 weeks minimum prior to any re-inspection and get approval from the CA prior to starting re-inspection.

3.2 SENSOR AND ACTUATOR CALIBRATION

Contractor shall calibrate all field-installed temperature, relative humidity, CO2 and pressure sensors and gages, and actuators (dampers and valves) on all equipment. Test instruments shall have had a certified calibration within the last 12 months. Sensors installed in the unit at the factory with calibration certification provided need not be field calibrated. Procedures used shall be fully documented on the PFT checklists or other suitable forms, along with written calibration documentation of initial, intermediate and final results.

SECTION 01 91 00.00 37 Page 16

Page 595: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.2.1 Calibration Methods

Alternate methods may be used, if approved by the Government beforehand.

3.2.1.1 All Sensors

The Contractor shall verify that all sensor locations are appropriate andaway from causes of erratic operation. Verify that sensors with shieldedcables are grounded only at one end. For sensor pairs that are used todetermine a temperature or pressure difference, verify they are readingwithin 0.4 degrees F of each other for temperature and within a toleranceof each other equal to two percent of the reading for pressure. Tolerancesfor critical applications may be tighter.

3.2.1.2 Sensors Without Transmitters

The Contractor shall make a reading with a calibrated test instrument within 6 inches of the site sensor. Verify that the sensor reading (via the permanent thermostat, gage, or building automation system (BAS)) is within the tolerances listed in the table below in paragraph Tolerances, Standard Applications of the instrument-measured value. If not, install offset in BAS, calibrate, or replace sensor.

3.2.1.3 Sensors With Transmitters

The Contractor shall disconnect sensor. Connect a signal generator in place of sensor. Connect ammeter in series between transmitter and BAS control panel. Using manufacturer's resistance-temperature data, simulate minimum desired temperature. Adjust transmitter potentiometer zero until 4 mA is read by the ammeter. Repeat for the maximum temperature matching 20 mA to the potentiometer span or maximum and verify at the BAS. Record all values and recalibrate controller as necessary to conform with specified control ramps, reset schedules, proportional relationship, reset relationship, and P/I reaction. Reconnect sensor. Make a reading with a calibrated test instrument within 6 inches of the site sensor. Verify that the sensor reading (via the permanent thermostat, gage, or BAS) is within the tolerances listed in the table below in paragraph Tolerances, Standard Applications of the instrument-measured value. If not, replace sensor and repeat. For pressure sensors, perform a similar process with a suitable signal generator.

3.2.2 Tolerances, Standard Applications

Sensor Required Tolerance (+/-)Cooling coil, chilled and condenser water temps 0.7 FFlow rates, water 4% of designRelative humidity 4% of designAHU wet bulb or dew point 3.6 FCombustion flue temps 9.0 FHot water coil and boiler water temp 2.7 FOxygen or CO2 monitor 0.1% ptsOutside air, space air, duct air temps 0.7 FCO monitor 0.01% ptsWatt-hour, voltage & amperage 1% of designNatural gas and oil flow rate 1% of designPressures, air, water and gas 3% of designSteam flow rate 3% of designFlow rates, air 10% of designBarometric pressure 1.0 inch of Hg

SECTION 01 91 00.00 37 Page 17

Page 596: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.2.3 Valve and Damper Stroke Setup and Check

3.2.3.1 EMS Readout

For all damper actuator positions checked, the Contractor shall verify the actual position against the BAS readout. Set pumps or fans to normal operating mode. Command damper closed, visually verify that damper is closed and adjust output zero signal as required. Command damper open, verify position is full open and adjust output signal as required. Command damper to three intermediate positions. If actual damper position does not reasonably correspond, replace actuator.

3.3 Controls

Controls shall be tested and verified after PFT and startup and after sensor and actuator calibration, as specified in Section 23 09 23.01 LONWORKS DIRECT DIGITAL CONTROL FOR HVAC AND OTHER BUILDNG CONTROL SYSTEMS. The Contractor shall be responsible for Cx activities related to controls. Before initial startup, the Contractor shall gather and review the current control sequences and interlocks and with the CA write detailed testing procedures. All submittals indicated in Section 23 09 23.01 LONWORKSDIRECT DIGITAL CONTROL FOR HVAC AND OTHER BUILDNG CONTROL SYSTEMS shall be reviewed and approved by the CA.

3.4 TAB

TAB shall be completed after controls are tested, checked out, and adjusted. The Contractor shall be responsible for TAB preparation and activities, as specified in Section 26 32 15.00 10 TESTING, ADJUSTING, AND BALANCING FOR HVAC. All TAB submittals indicated in Section 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC shall be reviewed and approved by the CA.

3.5 GENERATOR, AUTOMATIC TRANSFER SWITCH, AND UPS

Generator, Automatic Transfer Switch, and UPS shall be tested and verified after PFT and startup, as specified in Section 26 32 15.00 10 DIESEL-GENERATOR SET STATIONARY 100-2500 KW, WITH AUXILIARIES and Section 26 36 00.00 10 AUTOMATIC TRANSFER SWITCH AND BY-PASS ISOLATION SWITCH. The Contractor shall be responsible for Cx activities related to the electrical power backup system. Before initial startup, the Contractor shall gather and review the current sequence and interlocks and with the CA and write detailed testing procedures. All submittals for the UPS, Generator and ATS as indicated in Section 23 09 23.01 LONWORKS DIRECT DIGITAL CONTROL FOR HVAC AND OTHER BUILDING CONTROL SYSTEMS and Section 26 36 00.00 10 AUTOMATIC TRANSFER SWITCH AND BY-PASS ISOLATION SWITCH shall be reviewed and approved by the CA.

3.6 LIGHTING AND LIGHTING CONTROL SYSTEMS

3.6.1 General

Commissioning of lighting and lighting control systems shall comply with commissioning procedures of the Lighting Controls Association (LCA), available online at http://www.aboutlightingcontrols.org/education. Commissioning of lighting and lighting control systems shall not begin until the building envelope is enclosed; ceiling tiles, floor coverings, and window coverings are in place; lamps have completed a minimum 100-hour

SECTION 01 91 00.00 37 Page 18

Page 597: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

burn-in period; and the furniture is in place. 100 percent% of spaces shall be commissioned.

3.6.2 Performance Parameters and Commissioning Procedures

3.6.2.1 Lighting Controls

a. Lighting control commissioning shall verify that sensor type, quantity, placement, aiming, sensitivity, and time delay match the requirements of Section 26 51 00 INTERIOR LIGHTING.

b. Sensor delays shall be set to 15 minutes in classrooms and 10 minutes elsewhere, except wall-mounted sensor switches in small non-toilet spaces shall be set for 5 minutes.

c. Controlled spaces with automatic-on/automatic off controls shall detect an entering occupant within 3 feet of doorway and within 1 second of entry.

d. Controlled spaces with manual-on/automatic off controls shall operate as indicated.

e. Controlled spaces shall be tested for walking motion to verify the LED indicator lights on sensors detect properly. Lighting may be on for this test.

f. Controlled office, classroom, and conference room spaces shall be tested for hand motion to verify the LED indicator lights on sensors detect properly. Lighting may be on for this test.

g. Controlled spaces shall be tested for 100 percent occupancy sensor coverage.

h. Testing shall verify lighting within a controlled space is not triggered on by movement in adjacent work or traffic areas.

3.6.2.2 Lighting Control Panels

a. Verify channels are programmed as indicated on the Contract Drawings.

b. Verify channels are assigned to rooms/spaces as indicated on the Contract Drawings.

c. Verify auxiliary controls (e.g.,sensors and switches) operate as indicated on the Contract Drawings.

d. Verify auxiliary switch type, quantity, and placement.

e. Verify programming is PC-based and the software is installed and functional.

f. Verify system warns occupants prior to sweeping off.

g. Verify switch override time duration.

h. Verify programming is not lost upon power failure.

i. Verify the lighting control panel communicates with the basewide energy system via the LonWorks BAS.

SECTION 01 91 00.00 37 Page 19

Page 598: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

3.6.2.3 Exterior Lighting Photo Sensors

a. Test the photo sensor controls for exterior lights during the daytime when conditions are such that controls should be turning off electric lighting.

b. Verify that the fixture turns off during the daytime.

c. Verify that the fixture turns on when the photo sensor is completely covered.

d. Verify that the photo sensor is in an appropriate location for the lights being controlled and is not affected by direct sunlight or obstructions in a way that causes incorrect operation.

3.6.2.4 Dimming

Verify dimming in spaces with removable partitions operate autonomously when partitions are in place and operate together when partitions are removed.

3.7 AIR BARRIER SYSTEM

Air barrier system quality control, performance and testing requirements are as specified in Section 07 05 23 PRESSURE TESTING AN AIR BARRIER SYSTEM FOR AIR TIGHTNESS and 07 27 10.00 10 BUILDING AIR BARRIER SYSTEM The Contractor shall prepare testing plans and checklists and coordinate them with CA.

3.8 FUNCTIONAL PERFORMANCE TESTING

The Contractor shall provide FPT of all commissioned equipment and systems. The CA shall direct, witness, and document the FPT of all HVAC equipment and systems and a sampling of all other equipment and systems. Sampling shall be in accordance with ASHRAE Guideline O. The Contractor shall document the FPT of all equipment and systems that are not witnessed by the CA. The Contractor shall notify the CA and the COR a minimum of 2 weeks prior to start of functional tests and shall get approval from the CA prior to starting functional tests. Contractor shall also provide filled out functional test readiness forms prior to functional tests for approval. Attached FPT forms are preliminary test procedure forms and will be finalized by the CA 2 weeks minimum prior to FPTs being performed. The Contractor shall execute the tests with skilled technicians provided under the direction of the CA. Systems shall be tested under all modes of operation (seasonal, occupied, unoccupied, warm-up, cool-down, full range of part- and full-load) and under abnormal modes and conditions (power failure, interlocks with other equipment, alarms, no flow, equipment failure). The Contractor shall verify that systems are run through all the building control system's sequences of operation, and components shall be verified to be responding as the sequences state. Systems shall not leak. The Contractor shall assist the CA to develop the FPT procedures in a sequential written form, and coordinate, oversee, and document the actual testing.

3.8.1 Development of Test Procedures

Before test procedures are completed, the Contractor shall provide to the CA all requested documentation regarding equipment sequence of operation and testing procedures, including procedures for equipment installed by factory

SECTION 01 91 00.00 37 Page 20

Page 599: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

representatives and a current list of change orders affecting equipment or systems. The change orders shall include an updated points list, program code, control sequences, and parameters. Using the testing parameters and requirements found in the technical sections of commissioned equipment and systems the CA shall develop specific test procedures and forms to verify and document proper operation of each piece of equipment and system. The Contractor shall assist the CA in clarifying the operation and control of commissioned equipment in areas where the specifications, control drawings, or equipment documentation is not sufficient for writing detailed testing procedures. Prior to execution, the CA shall provide the test procedures to the Contractor for review. The Contractor shall review to verify the test procedures for feasibility with installed equipment and programmed sequence of operation. The test procedure forms shall include the following, at a minimum:

a. System and equipment or component name(s) and configuration(s).b. Equipment location and ID number.c. Unique test ID number, and reference to unique PFT checklist and startup documentation ID numbers.d. Date.e. Project name.f. Participating parties.g. A copy of the section describing the test requirements.h. A copy of the specific sequence of operations or other specified parameters being verified.i. Formulas used in any calculations.j. Required pre-test field measurements.k. Instructions for setting up the test, including special cautions, alarm limits, or other equipment-specific information.l. Specific step-by-step procedures to execute the test in a clear, sequential, and repeatable format.m. Acceptance criteria of proper performance with a Yes / No check box to allow for clear marking of whether or not proper performance of each part of the test was achieved.n. A section for comments.o. Signature and date blocks for the CA, Contractor, and Contracting Officer.

3.8.2 Test Methods

3.8.2.1 Functional Performance

FPT and verification shall be achieved by manual testing or by monitoring the performance and analyzing the results using the energy management control system's trend log capabilities or by stand-alone data loggers. A combination of methods may be required to test the complete sequence of operations. The Contractor and CA shall determine which method, or combination of methods, is most appropriate for tests that do not have a method specified. The Contractor shall provide FPT of commissioned equipment and systems. The CA or Contracting Officer's representative shall analyze any functional performance trend logs and monitoring data to verify performance, and witness and evaluate manual FPTs performed by the Contractor. The Contractor shall assist the CA in interpreting the monitoring data, as necessary.

3.8.2.2 Simulated Conditions

Simulating conditions (not by an overwritten value) shall be allowed only when timing the testing to experience actual conditions is not practical.

SECTION 01 91 00.00 37 Page 21

Page 600: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Sensors, transducers, and devices shall have been calibrated before simulating conditions.

3.8.2.3 Overwritten Values

Overwriting sensor values to simulate a condition shall be allowed only when simulating conditions in other ways is not practical, and shall be used with caution. Sensors, transducers and devices shall have been calibrated before overwriting values.

3.8.2.4 Altering Setpoints

Altering setpoints to test a sequence is an acceptable alternative to overwriting sensor values when simulating conditions in other ways is not practical.

3.8.2.5 Indirect Indicators

Relying on indirect indicators for responses or performance shall be allowed only after visually and directly verifying and documenting, over the range of the tested parameters, that the indirect readings through the building control system represent actual conditions and responses. Much of this verification shall be completed during prefunctional testing.

3.8.2.6 Setup

Each function and test shall be performed under conditions that simulate actual conditions as close as possible. The Contractor shall provide materials, system modifications, and other necessities to produce the flows, pressures, temperatures, or other values necessary to execute the test according to the specified conditions. Where equipment requires integral safety devices to stop or prevent equipment operation unless minimum safety standards or conditions are met, FPT procedures shall demonstrate the actual performance of safety shutoffs in real or closely-simulated conditions of failure. At completion of the test, the Contractor shall return all affected building equipment and systems, due to these temporary modifications, to their pre-test conditions.

3.8.3 Coordination and Scheduling

FPT shall be performed after PFTs, startup, calibration, and TAB are complete for a given system. The CA shall schedule FPTs through the Contractor and Contracting Officer. Testing shall proceed from components to subsystems to systems; when the proper performance of all interacting individual systems has been achieved, the interface or coordinated responses between systems shall be checked.

3.8.4 Documentation, Review and Approval

The CA shall document the results of all FPTs witnessed by the CA (as indicated in paragraph FUNCTIONAL PERFORMANCE TESTING) using the specific test procedures and forms developed by the CA for that purpose. For all equipment and systems not witnessed by the CA, the Contractor shall document the results of all FPT and submit the completed FPT forms for CA review. The CA shall validate that the testing requirements of this Contract are accomplished, and shall note each satisfactorily demonstrated function on the test form. Formal approval of the FPT shall be made after witnessing or review by the Contracting Officer. The Contracting Officer shall give final approval on each test using the same form, and provide

SECTION 01 91 00.00 37 Page 22

Page 601: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

signed copies to the CA and the Contractor. The CA shall submit copies of the approved FPT forms with the O&M manual data and as part of the Cx Report.

3.9 NONCONFORMANCE

Every effort shall be made to expedite the testing process and minimize unnecessary delays, while not compromising the integrity of the procedures. The CA will not be pressured into overlooking deficient work or loosening acceptance criteria to satisfy scheduling or cost issues, unless there is an overriding reason to do so by direction from the Contracting Officer. Nonconformance and deficiencies observed in materials, installation, or operation shall be addressed immediately, in terms of notification to responsible parties, and providing recommended actions to correct deficiencies. The Contractor shall have responsibility for resolving construction deficiencies, and the CA shall assist with problem solving as necessary. If a design revision is deemed necessary and approved by the Contracting Officer, the designer shall have responsibility for providing design revision. The CA shall maintain a master deficiency and resolution log, and shall provide the Contracting Officer with written progress reports and test results with recommended actions.

3.9.1 Procedure

All deficiencies or nonconformance issues shall be noted and reported to the Contracting Officer and CA. The Contractor shall report in writing to the CA and Contracting Officer weekly, or at a minimum as often as Cx meetings are being scheduled, concerning the status of each apparent outstanding discrepancy identified during Cx. The report shall include explanations of any disagreements and proposals for their resolution, and a copy shall be included in the deficiency report and resolution record. Corrections of minor deficiencies may be made during the tests at the discretion of the CA, and the deficiency and resolution shall be documented on the test procedure form.

3.9.1.1 Non-Disputed Deficiencies

When a deficiency is identified, the CA shall discuss the issue with the Contractor. When there is no dispute on the deficiency and the Contractor accepts responsibility to correct it, the CA shall document the deficiency, the adjustments or alterations required to correct it, and the Contractor's response and intentions. The next test or sequence may then be performed. After the day's work, the CA shall submit all the nonconformance reports to the Contracting Officer for signature. Copies shall be provided to the Contractor and Contracting Officer. The Contractor shall correct the Deficiency and notify the CA and COR that the equipment is ready to be retested. The CA shall reschedule the test and the test shall be repeated as specified in the paragraph Retesting.

3.9.1.2 Disputed Deficiencies

If there is a dispute about a deficiency, regarding whether it is a deficiency or who is responsible, the deficiency shall be documented on the nonconformance form with the Contractor's response and a copy given to the Contracting Officer and Contractor. Resolutions shall be made at the lowest management level possible. Additional parties shall be brought into the discussions as needed. Final interpretive and acceptance authority is with the Contracting Officer. The CA shall document the resolution process. Once the interpretation and resolution have been decided, the

SECTION 01 91 00.00 37 Page 23

Page 602: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Contractor shall correct the deficiency, sign the statement of correction on the nonconformance form and provide it to the CA. The CA shall reschedule the test and the test shall be repeated as specified in the paragraph Retesting.

3.9.2 Retesting

The cost to retest a prefunctional test or FPT shall be solely the responsibility of the Contractor. Any required retesting by the Contractor shall not be considered a justified reason for a claim of delay or for a time extension by the Contractor. The CA or Contracting Officer's representative shall witness retesting as necessary until satisfactory performance is achieved. Notify the CA a minimum of 2 weeks prior to any retesting and get approval from the CA prior to starting any retesting.

3.9.3 Failure Due to Manufacturer Defect

If 3 or 10 percent, whichever is greater, of identical pieces of equipment (size alone does not constitute a difference) fail to perform to the Contract documents (mechanically or substantively) due to manufacturing defect, not allowing it to meet its submitted performance spec, all identical units may be considered unacceptable by the Contracting Officer. In such case, the Contractor shall provide the Contracting Officer with the following:

a. Within 1 week of notification from the Contracting Officer, the Contractor or manufacturer's representative shall examine all other identical units making a record of the findings.

b. Within 2 weeks of the original notification, the Contractor or manufacturer shall provide a signed and dated, written explanation of the problem, cause of failures, and all proposed solutions which shall include full equipment submittals. The proposed solutions shall not significantly exceed the specification requirements of the original installation. The Contracting Officer shall determine whether a replacement of all identical units or a repair is acceptable.

c. Two examples of the proposed solution shall be installed by the Contractor and the Contracting Officer shall be allowed to test the installations for up to 1 week, upon which the Contracting Officer will decide whether to accept the solution.

d. Upon acceptance, the Contractor and manufacturer shall replace or repair all identical items, at their expense and extend the warranty accordingly, if the original equipment warranty had begun. The replacement/repair work shall proceed with reasonable speed beginning within 1 week from when parts can be obtained.

3.9.4 Deficiency Report and Resolution Record

The CA shall submit original nonconformance forms with the deficiency report and resolution record at the end of the project. The deficiency report and resolution record shall contain documented items of nonconformance in materials, installation, or operation, including the master deficiency and resolution log, and documented results from startup, PFTs, FPT, and short-term diagnostic monitoring, as specified. Details of the components or systems found to be noncompliant with the drawings and specifications shall be included. Adjustments and alterations performed or required to correct the deficiencies and the responsible parties shall be

SECTION 01 91 00.00 37 Page 24

Page 603: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

identified.

3.10 DEFERRED TESTING

3.10.1 Unforeseen Deferred Tests

If any check or test cannot be completed due to the building structure, required occupancy condition, or other deficiency, execution of checklists and FPT may be delayed upon approval of the Contracting Officer. These tests shall be conducted as soon as possible in the same manner as seasonal testing. Services of necessary parties shall be negotiated.

3.10.2 Seasonal Testing

The CA shall schedule, coordinate, and observe additional testing for seasonal variation in operations and control strategies during the opposite season to verify performance of the HVAC system and controls as indicated in Section 23 05 93 TESTING, ADJUSTING AND BALANCING FOR HVAC. The Contractor shall execute and document tests and correct deficiencies with facilities staff and the CA or Contracting Officer's representative witnessing. Testing shall be completed during the warranty period to fully test all sequences of operation. The Contractor shall make necessary revisions to O&M manuals and records due to the testing.

3.10.3 Short-Term Diagnostic Testing

After initial occupancy, the Contractor shall perform short-term diagnostic testing, using data acquisition equipment or the building automation system to record system operation over a two- to three-week period. The dynamic interactions between components in the building system shall be investigated. The scheduling, interaction between heating and cooling, and effectiveness of the HVAC system in meeting the comfort requirements shall be evaluated. The Contractor shall document tests and findings, and correct deficiencies according to the original testing requirements.

3.11 TRAINING

For each commissioned system, the Contractor shall conduct a training course for approximately 3 building operating staff members designated by the Government in the maintenance and operation of the system, including specified hardware and software. Duration of each training course shall be in accordance with the approved training plan. The training courses shall be conducted at the project site and the Contractor shall make audiovisual recordings of all training sessions and add them to the O&M manuals. A training day is defined as 8 hours of classroom instruction, including two 15-minute breaks and excluding lunchtime, Monday through Friday, during the daytime shift in effect at the training facility. Training courses on similar commissioned systems that would be maintained by the same building operating staff members may be scheduled to occur consecutively with Government approval.

3.11.1 Training Plan and Schedule

The Contractor shall prepare the training plan which shall be reviewed by the CA and approved by the COR. Training plan shall include, for each commissioned system, an outline of the course content with proposed duration of each portion, dates, start and finish times, location(s), names and qualifications of the instructors and a list of texts and other materials that will be provided to support the training course. The

SECTION 01 91 00.00 37 Page 25

Page 604: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

training plan shall be submitted within 14 days after approval of the O&M manuals. The Contractor shall work with the CA and the COR to schedule the training activities and shall include a training schedule in the training plan.

3.11.2 Training Course Content

The training course for each commissioned system shall include, as a minimum, the following (as applicable to the system):

a. General purpose of the system (design intent)

b. Use of O&M manuals

c. Review of control drawings and schematics

d. Startup, normal operation, shutdown, unoccupied operation, seasonal changeover, manual operation, control setup and programming troubleshooting, and alarms

e. Interactions with other systems

f. Adjustments and optimizing methods for energy conservation

g. Health and safety issues

h. Special maintenance and replacement sources

i. Occupant interaction issues

j. System response to different operating conditions

See also the individual technical specifications for commissioned systems for system-specific training content requirements. In the event of conflict between this and other sections on duration of individual training sessions, this section shall take precedence.

3.11.3 Training Documentation

Contractor shall prepare training documentation consisting of:

a. Course Sign-in Sheet: A list of course attendees which shall be signed and dated by all attendees including the instructor. Provide two copies of the completed sign-in sheet to the COR for archive.

b. Training Manuals: Training manuals shall include an agenda, defined objectives for each lesson, and a detailed description of the subject matter for each lesson. Where the Contractor presents portions of the course material by audiovisuals, copies of those audiovisuals shall be delivered to the Government as a part of the printed training manuals. Training manuals shall be delivered for each trainee with 2 additional copies delivered to the COR for archive.

3.11.4 Training Verification

Contractor shall provide one copy of each completed sign-in sheet, one copy of each training manual and one copy of each videotaped course to the CA for inclusion in the Cx Report. The CA shall verify that all training in the approved training plan has been conducted.

SECTION 01 91 00.00 37 Page 26

Page 605: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 91 00.00 37 Page 27

Page 606: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

APPENDIX A

PRE-FUNCTIONAL PERFORMANCE TEST CHECKLISTS

SECTION 01 91 00.00 37 Page 28

Page 607: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Pre-Functional Performance Test Checklist - Multizone Air Handling Unit

For Air Handling Unit:

Checklist Item A M E T C O

Installation a. Inspection and access doors are operable and sealed. ___ ___ X ___ X ___

b. Condensate drainage is unobstructed. (Visually verify pan drains completely by pouring a cup of water into drain pan.) ___ ___ X X X ___ c. Fan belt adjusted. ___ ___ X ___ X ___

Electrical A M E T C O

a. Power available to unit disconnect. ___ X ___ X X ___

b. Power available to unit control panel. ___ X ___ X X ___ c. Proper motor rotation verified. ___ X ___ ___ X ___

d. Verify that power disconnect is located within sight of the unit it controls. ___ X ___ X X ___

Coils A M E T C O

a. Chilled water piping properly connected. ___ ___ X X X ___ b. Hot water piping properly connected. ___ ___ X X X ___

Controls A M E T C O

a. Control valves/actuators properly installed. ___ X X X ___ ___

b. Control valves/actuators operable. ___ X X X ___ ___

c. O/A dampers/actuators properly installed. ___ X X X ___ ___

d. O/A dampers/actuators operable. ___ X X X ___ ___

Pre-Functional Performance Test Checklist - Multizone Air Handling Unit (cont)

A M E T C O

e. Zone dampers/actuators properly installed & dampers leak checked. ___ X X X ___ ___

f. Zone dampers/actuators operable. ___ X X X ___ ___

SECTION 01 91 00.00 37 Page 29

Page 608: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Testing, Adjusting, and Balancing (TAB) A M E T C O

a. Construction filters removed and replaced. ___ ___ X ___ X ___

b. TAB report approved. ___ X X ___ X

SECTION 01 91 00.00 37 Page 30

Page 609: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Pre-Functional Performance Test Checklist - Variable Volume Air Handling Unit

For Air Handling Unit:

Checklist Item A M E T C O

Installation

a. Inspection and access doors are operable and sealed. ___ ___ X ___ X ___

b. Condensate drainage is unobstructed. (Visually verify drainage by pouring a cup of water into drain pan.) ___ ___ X X X ___

c. Fan belt adjusted. ___ ___ X ___ X ___

Electrical A M E T C O

a. Power available to unit disconnect. ___ X ___ X X ___

b. Power available to unit control panel. ___ X ___ X X ___

c. Proper motor rotation verified. ___ X ___ ___ X ___

d. Verify that power disconnect is located within sight of the unit it controls. ___ X ___ X X ___

Coils A M E T C O

a. Chilled water piping properly connected. ___ ___ X X X ___

b. Hot water piping properly connected. ___ ___ X X X ___

SECTION 01 91 00.00 37 Page 31

Page 610: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Pre-Functional Performance Test Checklist - Variable Volume Air Handling Unit

Controls A M E T C O

a. Control valves/actuators properly installed. ___ X X X ___ ___

b. Control valves/actuators operable. ___ X X X ___ ___

c. Dampers/actuators properly installed. ___ X X X ___ ___

d. Dampers/actuators operable. ___ X X X ___ ___

e. Verify proper location, installation and calibration of duct static pressure sensor. ___ X X X ___ ___

f. Fan air volume controller operable. ___ X X X ___ ___

g. Air handler controls system operational. ___ X X X ___ ___

Testing, Adjusting, and Balancing (TAB) A M E T C O

a. Construction filters removed and replaced. ___ ___ X ___ ___ ___ b. TAB report approved. ___ X X ___ X ___

SECTION 01 91 00.00 37 Page 32

Page 611: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Pre-Functional Performance Test Checklist - VAV Terminal

For VAV Terminal:

Checklist Item A M E T C O Installation

a. Reheat coil connected to hot water pipe. ___ ___ X ___ X ___

Controls A M E T C O

a. Cooling only VAV terminal controls set. ___ X X X ___ ___

b. Cooling only VAV controls verified. ___ X X X ___ ___

c. Reheat VAV terminal controls set. ___ X X X ___ ___

d. Reheat terminal/coil controls verified. ___ X X X ___ ___

Testing, Adjusting, and Balancing (TAB) A M E T C O

a. TAB report approved. ___ ___ X ___ X ___

SECTION 01 91 00.00 37 Page 33

Page 612: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Pre-Functional Performance Test Checklist - DX Air Cooled Condensing Unit

For Condensing Unit:

Checklist Item A M E T C O

Installation

a. Check condenser fans for proper rotation. ___ ___ X ___ X ___

Electrical A M E T C O

a. Power available to unit disconnect. ___ X ___ X X ___

b. Power available to unit control panel. ___ X ___ X ___ ___

c. Verify that power disconnect is located within sight of the unit it controls ___ X ___ X ___ ___

Controls A M E T C O

a. Unit safety/protection devices tested. ___ ___ X X ___ ___

b. Control system and interlocks installed. ___ ___ X X ___ ___

c. Control system and interlocks operational. ___ ___ X X ___ ___

SECTION 01 91 00.00 37 Page 34

Page 613: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Pre-Functional Performance Test Checklist - Pumps

For Pump:

Checklist Item A M E T C O

Installation

a. Piping system installed. ___ ___ X X X ___

Electrical A M E T C O

a. Power available to pump disconnect. ___ X ___ X X ___

b. Pump rotation verified. ___ X ___ X X ___

c. Control system interlocks functional. ___ X ___ X ___ ___

Testing, Adjusting, and Balancing (TAB) A M E T C O

a. Pressure/temperature gauges installed. ___ ___ X ___ X ___

b. TAB Report approved. ___ ___ X ___ X ___

SECTION 01 91 00.00 37 Page 35

Page 614: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Pre-Functional Performance Test Checklist - Packaged Air Cooled Chiller

For Chiller:

Checklist Item A M E T C O

Installation

a. Chiller properly piped. ___ ___ X ___ ___ ___

Electrical A M E T C O

a. Power available to unit disconnect. ___ X ___ X ___ ___

b. Power available to unit control panel. ___ X ___ X ___ ___

c. Separate power is supplied to electric heating tape. ___ X ___ X ___ ___

d. Verify that power disconnect is located within sight of the unit it controls. ___ X ___ X ___ ___

Controls A M E T C O

a. Factory startup and checkout complete. ___ ___ X X ___ ___

b. Chiller safety/protection devices tested. ___ ___ X X ___ ___

c. Chilled water flow switch installed. ___ ___ X X ___ ___

d. Chilled water flow switch tested. ___ ___ X X ___ ___

e. Chilled water pump interlock installed. ___ ___ X X X ___

f. Chilled water pump interlock tested. ___ ___ ___ X

SECTION 01 91 00.00 37 Page 36

Page 615: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Pre-Functional Performance Test Checklist - Centrifugal Chiller

For Chiller:

Checklist Item

Installation A M E T C O

a. Chilled water connections properly piped. ___ ___ X ___ ___ ___

b. Condenser water connections properly ___ ___ X ___ ___ ___ piped

c. Refrigerant leak detector installed. ___ ___ ___ ___ ___ ___

e. Mechanical room ventilation installed as specified. ___ ___ ___ ___ ___ ___

Electrical A M E T C O

a. Power available to unit starter. ___ X ___ X ___ ___

b. Power available to unit control panel. ___ X ___ X ___ ___

c. Verify that power disconnect is located within sight of the unit it controls. ___ X ___ X ___ ___

Controls A M E T C O

a. Factory startup and checkout complete. ___ ___ X X ___ ___

b. Chiller safety/protection devices tested. ___ ___ ___ X ___ ___

c. Chilled water flow switch installed and tested. ___ ___ X X ___ ___

e. Chilled water pump interlock installed and tested. ___ ___ ___ X ___ ___

g. Condenser water flow switch installed and tested. ___ ___ ___ X ___ ___

i. Condenser water pump interlock installed and tested. ___ ___ ___ X ___ ___

SECTION 01 91 00.00 37 Page 37

Page 616: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Pre-Functional Performance Test Checklist - Hot Water Boiler

For Boiler:

Checklist Item

Installation A M E T C O

a. Boiler hot water piping installed. ___ ___ X ___ ___ ___

b. Boiler makeup water piping installed. ___ ___ X ___ ___ ___

c. Boiler fuel oil piping installed. ___ ___ X X X ___

d. Boiler gas piping installed. ___ ___ X X X ___

Startup A M E T C O

a. Boiler safety/protection devices, including high temperature burner shut-off, low water cutoff, flame failure, pre- and post-purge, have been tested. ___ ___ ___ X ___ ___

b. Verify that PRV rating conforms to boiler rating. ___ ___ ___ X ___ ___

c. Boiler water treatment system functional. ___ ___ X X ___ ___

d. Boiler startup and checkout complete. ___ ___ X X ___ ___

e. Combustion efficiency demonstrated. ___ ___ X ___ X ___

Electrical A M E T C O

a. Verify that power disconnect is located within sight of the unit served. ___ X ___ X ___ ___

Controls A M E T C O

a. Hot water pump interlock installed and tested. ___ ___ ___ X ___ ___

b. Hot water proof-of-flow switch installed and tested ___ ___ X X ___ ___

c. Hot water heating controls operational. ___ ___ X X ___ ___

Testing, Adjusting, and Balancing (TAB) A M E T C O

a. TAB report approved. ___ ___ X ___ X ___

SECTION 01 91 00.00 37 Page 38

Page 617: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Pre-Functional Performance Test Checklist - Fan Coil Unit

For Fan Coil Unit:

Checklist Item

Installation A M E T C O

a. Access doors/removable panels are operable and sealed. ___ ___ X ___ X ___

b. Condensate drainage is unobstructed. ___ ___ X X X ___

c. Fan belt adjusted. ___ ___ X ___ X ___

Electrical A M E T C O

a. Power available to unit disconnect. ___ ___ ___ X ___ ___

b. Power available to unit control panel. ___ ___ ___ X ___ ___

c. Proper motor rotation verified. ___ ___ ___ ___ X ___

d. Verify that power disconnect is located within sight of the unit it controls. ___ ___ ___ X ___ ___

Coils A M E T C O

b. Chilled water piping properly connected. ___ ___ X X X ___

c. Hot water piping properly connected. ___ ___ X ___ ___ ___

Controls A M E T C O

a. Control valves/actuators properly installed. ___ ___ X ___ ___ ___

b. Control valves/actuators operable. ___ ___ X X ___ ___

c. Verify proper location and installation of thermostat. ___ ___ X ___ ___ ___

Testing, Adjusting, and Balancing (TAB) A M E T C O

a. TAB Report approved. ___ ___ X ___ X ___

SECTION 01 91 00.00 37 Page 39

Page 618: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Pre-Functional Performance Test Checklist - Unit Heater

For Unit Heater:

Checklist Item

Installation A M E T C O

a. Hot water piping properly connected. ___ ___ X ___ ___ ___

Electrical A M E T C O

a. Power available to unit disconnect. ___ ___ ___ X ___ ___

b. Proper motor rotation verified. ___ ___ ___ X X ___

c. Verify that power disconnect is located within sight of the unit it controls. ___ ___ ___ X ___ ___

d. Power available to electric heating coil. ___ ___ ___ X ___ ___

Controls A M E T C O

a. Control valves properly installed. ___ ___ X ___ ___ ___

b. Control valves operable. ___ ___ X X ___ ___

c. Verify proper location and installation of thermostat. ___ ___ X ___ ___ ___

Testing, Adjusting, and Balancing (TAB) A M E T C O

a. TAB Report approved. ___ ___ X ___ X ___

SECTION 01 91 00.00 37 Page 40

Page 619: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Pre-Functional Performance Test Checklist - Exhaust Fan

For Exhaust Fan:

Checklist Item

Installation A M E T C O

a. Fan belt adjusted. ___ ___ X ___ X ___

Electrical A M E T C O

a. Power available to fan disconnect. ___ ___ ___ X ___ ___

b. Proper motor rotation verified. ___ ___ ___ ___ X ___

c. Verify that power disconnect is located within sight of the unit it controls. ___ ___ ___ X ___ ___

Controls A M E T C O

a. Control interlocks properly installed. ___ ___ ___ X ___ ___

b. Control interlocks operable. ___ ___ ___ X ___ ___

c. Dampers/actuators properly installed. ___ ___ X ___ ___ ___

d. Dampers/actuators operable. ___ ___ X ___ ___ ___

e. Verify proper location and installation of thermostat. ___ ___ X ___ ___ ___

Testing, Adjusting, and Balancing (TAB) A M E T C O

a. TAB Report approved. ___ ___ X ___ X ___

SECTION 01 91 00.00 37 Page 41

Page 620: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Pre-Functional Performance Test Checklist - HVAC System Controls

For HVAC System:

Checklist Item

Installation A M E T C O

a. Layout of control panel matches drawings. ___ ___ X X ___ ___

b. Framed instructions mounted in or near control panel. ___ ___ X X ___ ___

c. Components properly labeled (on inside and outside of panel). ___ ___ X X ___ ___

d. Control components piped and/or wired to each labeled terminal strip. ___ ___ X X ___ ___

e. EMCS connection made to each labeled terminal strip as shown. ___ ___ X X ___ ___

f. Control wiring and tubing labeled at all terminations, splices, and junctions. ___ ___ X X ___ ___

Main Power and Control Air

a. 120 volt AC power available to panel. ___ ___ ___ X ___ ___

b. 20 psig compressed air available to panel. ___ ___ X X ___ ___

Testing, Adjusting, and Balancing (TAB) A M E T C O

a. TAB Report submitted. ___ ___ X ___ X ___

SECTION 01 91 00.00 37 Page 42

Page 621: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Pre-Functional Performance Test Checklist - Single Zone Air Handling Unit

For Air Handling Unit:

Checklist Item

Installation A M E T C O

a. Inspection and access doors are operable and sealed. ___ ___ X ___ X ___

b. Condensate drainage is unobstructed. ___ ___ X X X ___

c. Fan belt adjusted. ___ ___ X ___ X ___

Electrical A M E T C O

a. Power available to unit disconnect. ___ ___ ___ X X ___

b. Power available to unit control panel. ___ ___ ___ X ___ ___

c. Proper motor rotation verified. ___ ___ ___ ___ X ___

d. Verify that power disconnect is located within sight of the unit it controls. ___ ___ ___ X ___ ___

e. Power available to electric heating coil. ___ ___ ___ X ___ ___

Coils A M E T C O

a. Chilled water piping properly connected. ___ ___ X ___ ___ ___

c. Hot water piping properly connected. ___ ___ X ___ ___ ___

Controls A M E T C O

a. Control valves/actuators properly installed. ___ ___ X ___ ___ ___

b. Control valves/actuators operable. ___ ___ X ___ ___ ___

c. Dampers/actuators properly installed. ___ ___ X ___ ___ ___

d. Dampers/actuators operable. ___ ___ X ___ ___ ___

e. Verify proper location and installation of thermostat. ___ ___ X ___ ___ ___

Testing, Adjusting, and Balancing (TAB) A M E T C O

a. TAB Report approved. ___ ___ X ___ X ___

SECTION 01 91 00.00 37 Page 43

Page 622: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Pre-Functional Performance Test Checklist - Energy Recovery System

For Energy Recovery System:

Checklist Item

Installation A M E T C O

a. Recovery system piping installed. ___ ___ X ___ X ___

Startup A M E T C O

a. Startup and checkout complete. ___ ___ X X X ___

Controls A M E T C O

a. Control valves/actuators properly installed. ___ ___ X ___ ___ ___

b. Control valves/actuators operable. ___ ___ X ___ ___ ___

SECTION 01 91 00.00 37 Page 44

Page 623: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

- End of Appendix A -

SECTION 01 91 00.00 37 Page 45

Page 624: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

APPENDIX B

FUNCTIONAL PERFORMANCE TESTS CHECKLISTS

SECTION 01 91 00.00 37 Page 46

Page 625: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test - Pump

NOTE: Prior to performing this test, for closed loop systems ensure that the system is pressurized and the make-up water system is operational, or for open loop systems ensure that the sumps are filled to the proper level.

1. Activate pump start using control system commands.

a. Verify correct operation in:

HAND__________ OFF__________ AUTO__________

b. Verify pressure drop across strainer:

Strainer inlet pressure __________ psig

Strainer outlet pressure _________ psig

c. Verify pump inlet/outlet pressure reading, compare to Testing, Adjusting, and Balancing (TAB) Report and pump design conditions.

DESIGN TAB ACTUAL

Pump inlet pressure psig _________ __________ __________

Pump outlet pressure psig _________ __________ __________

d. Operate pump at shutoff and at 100 percent of designed flow when all components are in full flow. Plot test readings on pump curve and compare results against readings taken from flow measuring devices.

SHUTOFF 100 percent

Pump inlet pressure psig __________ __________

Pump outlet pressure psig __________ __________

Pump flow rate gpm __________ __________

SETPOINTDifferential Pressure Transmitter ________

SECTION 01 91 00.00 37 Page 47

Page 626: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test (cont) - Pump

e. For variable speed pumps, operate pump at shutoff (shutoff to be done in manual on variable speed drive at the minimum rpm that the system is being controlled at) and at minimum flow or when all components are in full by-pass. Plot test readings on pump curve and compare results against readings taken from flow measuring devices.

SHUTOFF 100 percent Pump inlet pressure psig __________ __________

Pump outlet pressure psig __________ __________

Pump flow rate gpm __________ __________

SETPOINT Differential Pressure Transmitter ________

2. Measure motor amperage each phase and voltage phase to phase and phase to ground for both the full flow and the minimum flow conditions. Compare amperage to nameplate FLA

a. Full flow:

Nameplate FLA __________

Amperage Phase 1 __________ Phase 2 __________ Phase 3 __________

Voltage Ph1-Ph2 __________ Ph1-Ph3 __________ Ph2-Ph3 __________ Voltage Ph1-gnd __________ Ph2-gnd __________ Ph3-gnd __________

b. Minimum flow:

Amperage Phase 1 __________ Phase 2 __________ Phase 3 __________

Voltage Ph1-Ph2 __________ Ph1-Ph3 __________ Ph2-Ph3 __________ Voltage Ph1-gnd __________ Ph2-gnd __________ Ph3-gnd __________

3. Note unusual vibration, noise, etc.

___________________________________________________________________________

___________________________________________________________________________

SECTION 01 91 00.00 37 Page 48

Page 627: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test (cont) - Pump

4. Certification: We the undersigned have witnessed the above functional performance tests and certify that the item tested has met the performance requirements in this section of the specifications.

Signature and Date

Contractor's Commissioning Specialist _____________________________

Contractor's Mechanical Representative _____________________________

Contractor's Electrical Representative _____________________________

Contractor's TAB Representative _____________________________

Contractor's Controls Representative _____________________________

Contracting Officer's Representative _____________________________

Design Agency Representative _____________________________

Using Agency's Representative _____________________________

SECTION 01 91 00.00 37 Page 49

Page 628: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test Checklist - VAV Terminals

The Contracting officer will select VAV terminals to be spot-checked during the functional performance test. The number of terminals selected shall not exceed 10 percent.

1. Functional Performance Test: Contractor shall demonstrate operation of selected VAV boxes in accordance with specifications including the following:

a. Cooling only VAV boxes:

(1) Verify VAV box response to room temperature set point adjustment. Turn thermostat to 5 degrees F below ambient and measure maximum airflow. Turn thermostat to 5 degrees F above ambient and measure minimum airflow. Setting Measured Design Maximum flow cfm Minimum flow cfm

b. Cooling with reheat VAV boxes:

(1) Verify VAV box response to room temperature set point adjustment. Turn thermostat to 5 degrees F above ambient and measure maximum airflow. Turn thermostat to 5 degrees F below ambient and measure minimum airflow.

Setting Measured Design Maximum flow cfm Minimum flow cfm

(2) Verify reheat coil operation range (full closed to full open) by turning room thermostat 5 degrees F above ambient _______.

With heating water system and boiler in operation providing design supply hot water temperature record the following:

Design HW supply temperature______ deg F Actual HW supply temperature______ deg F AHU supply air temperature______ deg F VAV supply air temperature______ deg F Calculate coil capacity and compare to design: Design ______ BTU/hr Actual _____BTU/hr

SECTION 01 91 00.00 37 Page 50

Page 629: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test Checklist (cont)- VAV Terminals

c. Parallel Fan powered VAV boxes:

(1) Verify VAV box responses to call for heating via set point adjustment. Change from cooling set point to heating set point. Verify cooling damper closes to minimum position, blower fan energizes according to sequence of operation, and upon further drop in space temperature, heating coil activation. __________

With heating water system in operation providing design supply hot water temperature record the following:

Design HW supply temperature______ deg F Actual HW supply temperature______ deg F AHU supply air temperature______ deg F VAV supply air temperature______ deg F Calculate coil capacity and compare to design: Design ______ BTU/hr Actual _____BTU/hr

(2) Check primary air damper maximum/minimum flow settings and compare to actual measured flows.

Setting Measured Design Maximum flow cfm Minimum flow cfm

(3) Check blower fan flow. cfm

(4) Verify free operation of fan backdraft damper (insure no primary air is being discharged into plenum space). _____________________________________________________________________________

d. Series Fan Powered VAV boxes

(1) Ensure VAV fan starts prior to AHU fan

(2) Verify VAV box response to sensor call for heating via set point adjustment. Change from cooling set point to heating set point. Verify cooling damper closes to minimum position and upon further drop in space temperature, heating coil activation. With heating water system and boiler in operation providing design supply hot water temperature record the following:

Design HW supply temperature______ deg F Actual HW supply temperature______ deg F AHU supply air temperature______ deg F VAV supply air temperature______ deg F Calculate coil capacity and compare to design: Design ______ BTU/hr Actual _____BTU/hr

(3) Check primary air damper maximum/minimum flow settings and compare to actual measured flows.

Setting Measured Design Maximum flow cfm Minimum flow cfm

SECTION 01 91 00.00 37 Page 51

Page 630: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 91 00.00 37 Page 52

Page 631: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test Checklist (cont)- VAV Terminals

(4) Verify that minimal primary air is discharging into the plenum space when in full cooling mode.

(5) Verify that no plenum air is being induced from the plenum space into the supply air during full cooling by measuring supply air temperature and comparing to primary air temperature

Primary air temp _____ deg F Supply air temp _____ deg F

2. Certification: We the undersigned have witnessed the above functional performance tests and certify that the item tested has met the performance requirements in this section of the specifications.

Signature and Date Contractor's Commissioning Specialist ___________________________ Contractor's Mechanical Representative _____________________________

Contractor's Electrical Representative _____________________________

Contractor's TAB Representative _____________________________ Contractor's Controls Representative _____________________________

Contracting Officer's Representative _____________________________

Design Agency Representative _____________________________

Using Agency's Representative _____________________________

SECTION 01 91 00.00 37 Page 53

Page 632: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test Checklist - Variable Volume Air Handling Unit

For Air Handling Unit:

1. Functional Performance Test: Contractor shall verify operation of air handling unit in accordance with specification including the following:

a. Ensure that a slight negative pressure exists on inboard side of the outside air dampers throughout the operation of the dampers. Modulate OA, RA, and EA dampers from fully open to fully closed positions__________.

b. The following shall be verified supply fan operating mode is initiated:

(1) All dampers in normal position prior to fan start___________.

(2) All valves in normal position prior to fan start____________.

(3) System safeties allow start if safety conditions are met.____

(4) VAV fan controller shall "soft-start" fan. __________________

(5) Modulate all VAV boxes to minimum air flow and verify that the static pressure does not exceed the high static pressure shutdown setpoint_____________.

(6) Return all VAV boxes to auto _______________.

c. Occupied mode of operation - economizer de-energized.

(1) Outside air damper at minimum position. _____________________

(2) Return air damper open. _____________________________________

(3) Relief air damper at minimum position. ___________

(4) Chilled water control valve modulating to maintain leaving air temperature set point. Setpoint _______deg F Actual _____deg F

(5) Fan VAV controller receiving signal from duct static pressure sensor and modulating fan to maintain supply duct static pressure set point. Setpoint _______inches-wg Actual _____inches-wg

d. Occupied mode of operation - economizer energized.

(1) Outside air damper modulated to maintain mixed air temperature set point. Setpoint _______deg F, Actual _____deg F, Outside air damper position ________%.

(2) Relief air damper modulates with outside air damper according to sequence of operation. Relief air damper position_____________%.

(3) Chilled water control valve modulating to maintain leaving air temperature set point. Setpoint _______deg F Actual _____deg F

(4) Hot water control valve modulating to maintain leaving air temperature set point. Setpoint _______deg F Actual _____deg F

SECTION 01 91 00.00 37 Page 54

Page 633: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

SECTION 01 91 00.00 37 Page 55

Page 634: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test Checklist (cont) - Variable Volume Air Handling Unit

(5) Fan VAV controller receives signal from duct static pressure sensor and modulates fan to maintain supply duct static pressure set point. Setpoint inches-wg________________ Actual inches-wg___________

e. Unoccupied mode of operation

(1) Observe fan starts when space temperature calls for heating and/or cooling. _________ Note: This does not apply to series boxes. (2) All dampers in normal position. _____________________________(3) Verify space temperature is maintained as specified in sequence of operation. _______________

f. The following shall be verified when the supply fan off mode is initiated:

(1) All dampers in normal position. _____________________________

(2) All valves in normal position. ______________________________

(3) Fan de-energizes. ___________________________________________

g. Verify the chilled water coil control valve operation by setting all VAV's to maximum and minimum cooling.

Max Cooling Supply air temp. _____ deg F Verify cooling valve operation_______.

Min cooling

Supply air temp. _____ deg F Verify cooling valve operation_______.

h. Verify safety shut down initiated by low temperature protection thermostat. _________

i. Verify occupancy schedule is programmed into time clock/UMCS________.

2. Certification: We the undersigned have witnessed the above functional performance tests and certify that the item tested has met the performance requirements in this section of the specifications. Signature and Date

Contractor's Commissioning Specialist _____________________________

Contractor's Mechanical Representative _____________________________

Contractor's Electrical Representative _____________________________

Contractor's TAB Representative _____________________________

Contractor's Controls Representative _____________________________

Design Agency Representative _____________________________

Contracting Officer's Representative _____________________________

SECTION 01 91 00.00 37 Page 56

Page 635: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Using Agency's Representative _____________________________

SECTION 01 91 00.00 37 Page 57

Page 636: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test Checklist - Single Zone Air Handling Unit

For Air Handling Unit:

1. Functional Performance Test: Contractor shall verify operation of air handling unit in accordance with specification including the following:

a. Ensure that a slight negative pressure exists on inboard side of the outside air dampers throughout the operation of the dampers. Modulate OA, RA, and EA dampers from fully open to fully closed positions.

a. The following shall be verified when the supply fan operating mode is initiated:

(1) All dampers in normal position prior to fan start___________.

(2) All valves in normal position prior to fan start____________.

(3) System safeties allow start if safety conditions are met. ___

b. Occupied mode of operation - economizer de-energized.

(1) Outside air damper at minimum position.______________________

(2) Return air damper open.______________________________________

(3) Relief air damper at minimum position.____________

(4) Chilled water control valve modulating to maintain space cooling temperature set point. Setpoint _______deg F Actual _____deg F

(5) Hot water control valve modulating to maintain space heating temperature set point input from outside air temperature controller. ______

c. Occupied mode of operation - economizer energized.

(1) Outside air damper modulated to maintain mixed air temperature set point. Setpoint _______deg F Actual _____deg F O/A damper position ___________% Return Air Temperature_____deg F Outside Air Temperature _______ deg F

(2) Relief air damper modulates with outside air damper according to sequence of operation. Relief air damper position ________%

(3) Chilled water control valve modulating to maintain space cooling temperature set point. Setpoint _______deg F Actual _____deg F Return sensor overrides to normal operation.

d. Unoccupied mode of operation. (1) Observe fan starts when space temperature calls for heating/cooling ____. (2) All dampers in normal position. _________________________ (3) Verify low limit space temperature is maintained as specified in sequence of operation. ______________________________________

SECTION 01 91 00.00 37 Page 58

Page 637: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test Checklist (cont) - Single Zone Air Handling Unit

e. The following shall be verified when the supply fan off mode is initiated:

(1) All dampers in normal position.______________________________

(2) All valves in normal position._______________________________

(3) Fan de-energizes. ___________________________________________

f. Verify cooling coil and heating coil operation by varying thermostat set point from cooling set point to heating set point and returning to cooling set point________.

g. Verify safety shut down initiated by low temperature protection thermostat________.

h. Verify occupancy schedule is programmed into time clock/UMCS________.

2. Certification: We the undersigned have witnessed the above functional performance tests and certify that the item tested has met the performance requirements in this section of the specifications.

Signature and Date

Contractor's Commissioning Specialist ____________________________ Contractor's Mechanical Representative _____________________________

Contractor's Electrical Representative _____________________________

Contractor's TAB Representative _____________________________

Contractor's Controls Representative _____________________________

Design Agency Representative _____________________________

Contracting Officer's Representative _____________________________

Using Agency's Representative _____________________________ _____________________________

SECTION 01 91 00.00 37 Page 59

Page 638: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test Checklist - Packaged Air Cooled Chiller

For Chiller:

1. Functional Performance Test: Contractor shall demonstrate operation of chilled water system in accordance with specifications including the following: Start building air handler to provide load for chiller. Activate controls system chiller start sequence as follows.

a. Start chilled water pump and establish chilled water flow. Verify chiller-chilled water proof-of-flow switch operation. ____________Record outdoor air temperature. ____________

b. Verify control system energizes chiller start sequence. ________

c. Verify chiller senses chilled water temperature above set point and control system activates chiller start. Setpoint_____deg F Actual_____ deg F

d. Verify functioning of "soft start" sequence. ___________________ e. Verify and record chiller data in accordance with 2, 3 and 4 below on fully loaded chiller.

f. Shut off air handling equipment to remove load on chilled water system. Verify chiller shutdown sequence is initiated and accomplished after load is removed. ___________________________________________

g. Restart air handling equipment one minute after chiller shut down. Verify chiller restart sequence. ________________________________

2. Verify chiller inlet/outlet pressure reading, compare to Testing, Adjusting, and Balancing (TAB) Report, chiller design conditions, and chiller manufacturer's performance data.

DESIGN TAB TEST ACTUAL

Chiller inlet pressure (psig) __________ __________ __________

Chiller outlet pressure (psig) __________ __________ __________

Chiller flow GPM __________ __________ __________

3. Verify chiller amperage each phase and voltage phase-to-phase and phase-to-ground. Motor F/L AMPS Amperage Phase 1 __________ Phase 2__________ Phase 3_______ _____

Voltage Ph1-Ph2 __________ Ph1-Ph3__________ Ph2-Ph3_______ Voltage Ph1-gnd __________ Ph2-gnd__________ Ph3-gnd_______

SECTION 01 91 00.00 37 Page 60

Page 639: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test Checklist (cont) - Packaged Air Cooled Chiller

4. a. Record the following information:

DesignOutdoor air temperature ________________ degrees F Ambient dry bulb temperature ___________ degrees F _____degrees FEntering chilled water temperature _____ degrees F _____degrees FLeaving chilled water temperature ______ degrees F _____degrees F

b. Calculate chiller load at ambient conditions and compare to chiller rated capacity from manufacturer's literature. Calculated ________ Ton Rated ________ Ton.

5. Unusual vibration, noise, etc. ___________________________________________________________________________

___________________________________________________________________________

6. Certification: We the undersigned have witnessed the above functional performance tests and certify that the item tested has met the performance requirements in this section of the specifications.

Signature and Date

Contractor's Commissioning Specialist _____________________________

Contractor's Mechanical Representative _____________________________

Contractor's Electrical Representative _____________________________

Contractor's TAB Representative _____________________________

Contractor's Controls Representative _____________________________

Design Agency Representative _____________________________

Contracting Officer's Representative _____________________________

Using Agency's Representative _____________________________

SECTION 01 91 00.00 37 Page 61

Page 640: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test Checklist - Air Cooled Condensing Unit

For Condensing Unit:

1. Functional Performance Test: Contractor shall demonstrate operation of refrigeration system in accordance with specifications including the following: Start building air handler to provide load for condensing unit. Activate controls system start sequence as follows.

a. Start air handling unit. Verify control system energizes condensing unit start sequence. __________________________________________

b. Verify and record data in 2 and 3 below. c. Shut off air handling equipment to verify condensing unit de-energizes. ___________________________________________________________

d. Restart air handling equipment one minute after condensing unit shut down. Verify condensing unit restart sequence. _____________________

2. Verify condensing unit amperage each phase and voltage phase to phase and phase to ground. Motor Full-Load Amps __________ Amperage Phase 1 __________ Phase 2__________ Phase 3_______

Voltage Ph1-Ph2 __________ Ph1-Ph3__________ Ph2-Ph3_______ Voltage Ph1-gnd __________ Ph2-gnd__________ Ph3-gnd_______

3. Record the following information: Ambient dry bulb temperature __________ degrees F Suction pressure __________ psig Discharge pressure __________ psig 4. Unusual vibration, noise, etc. ___________________________________________________________________________

___________________________________________________________________________

5. Certification: We the undersigned have witnessed the above functional performance tests and certify that the item tested has met the performance requirements in this section of the specifications. Signature and DateContractor's Commissioning Specialist _____________________________

Contractor's Mechanical Representative _____________________________

Contractor's Electrical Representative _____________________________

Contractor's TAB Representative _____________________________

Contractor's Controls Representative _____________________________

Design Agency Representative _____________________________

Contracting Officer's Representative _____________________________

SECTION 01 91 00.00 37 Page 62

Page 641: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Using Agency's Representative _____________________________

SECTION 01 91 00.00 37 Page 63

Page 642: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test Checklist - Hot Water Boiler

For Boiler:

1. Functional Performance Test: Contractor shall demonstrate operation of hot water system in accordance with specifications including the following: Start building heating equipment to provide load for boiler. Activate controls system boiler start sequence as follows.

a. Start hot water pump and establish hot water flow. Verify boiler hot water proof-of-flow switch operation. ____________________________Record outdoor air temperature. ____________________________

b. Verify control system energizes boiler start sequence. _________

c. Verify boiler senses hot water temperature below set point and control system activates boiler start. Setpoint_________deg F

2. Verify boiler inlet/outlet pressure reading, compare to Test and Balance (TAB) Report, boiler design conditions, and boiler manufacturer's performance data.

DESIGN SYSTEM TEST ACTUALBoiler inlet water temperature deg F __________ _________ _________Boiler outlet water temperature deg F __________ _________ _________Boiler outlet pressure psig __________ _________ _________Boiler flow rate gpm __________ _________ _________Flue-gas temperature at boiler outlet deg F _________ _________Percent carbon dioxide in flue-gas _________ _________Draft at boiler flue-gas exit inches-wg _________ _________Stack emission pollutants concentration __________ _________ _________Fuel type __________ _________ _________Combustion efficiency __________ _________ _________

3. Record the following information:

Ambient dry bulb temperature to determine reset schedule_____degrees FBuilding Entering hot water temperature _____degrees FBuilding Leaving hot water temperature ____ degrees F

4. Verify temperatures in item 3 are in accordance with the reset schedule. ______________________________________________________________

5. Verify proper operation of boiler safeties. ________________________ a. Low water_____ b. Water flow____ c. Flame failure____ d. Pilot failure____ e. Pre and Post Purge failure____ f. Pressure relief___ g. High temperature____

6. Shut off building heating equipment to remove load on hot water system. Verify boiler shutdown sequence is initiated and accomplished after load is removed. _______________________________________________________

SECTION 01 91 00.00 37 Page 64

Page 643: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test Checklist (cont) - Hot Water Boiler

7. Unusual vibration, noise, etc.

___________________________________________________________________________

___________________________________________________________________________

8. Certification: We the undersigned have witnessed the above functional performance tests and certify that the item tested has met the performance requirements in this section of the specifications.

Signature and Date

Contractor's Commissioning Specialist _____________________________

Contractor's Mechanical Representative _____________________________

Contractor's Electrical Representative _____________________________

Contractor's TAB Representative _____________________________

Contractor's Controls Representative _____________________________

Design Agency Representative _____________________________

Contracting Officer's Representative _____________________________

Using Agency's Representative ___________________________________________________

SECTION 01 91 00.00 37 Page 65

Page 644: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test Checklist - Fan Coil Units

The Contracting Officer will select fan coil units to be spot-checked during the functional performance test. The number of terminals shall not exceed 10 percent. Hot water and chilled water systems must be in operation providing design water temperatures.

1. Functional Performance Test: Contractor shall demonstrate operation of selected fan coils in accordance with specifications including the following:

a. Cooling only fan coils: Verify fan coil unit response to room temp set point adjustment. 1. Check blower fan airflow. _____ cfm 2. Check cooling coil water flow. _____ gpm 3. Verify proper operation of cooling water control valve.______ 4. Cooling mode inlet air temperature ______deg F 5. Cooling mode outlet air temperature______deg F 6. Calculate coil sensible capacity and compare to design: Calculated _______BTU/hr Design______BTU/hr

b. Cooling/heating fan coils: Verify fan coil unit response to room temp set point adjustment. 1. Check blower fan airflow. _____ cfm 2. Check cooling coil water flow. _____ gpm 3. Verify proper operation of cooling water control valve. ____ 4. Check cooling mode inlet air temperature. _____deg F 5. Check cooling mode outlet air temperature. _____deg F 6. Calculate cooling coil sensible capacity and compare to design: 7. Calculated _________BTU/hr Design_____BTU/hr 8. Check heating coil water flow. _____ gpm 9. Verify proper operation of heating water control valve. _____ 10. Check heating mode inlet air temperature. _____ deg F 11. Check heating mode outlet air temperature. _____deg F 12. Calculate heating coil capacity and compare to design: Calculated______BTU/hr design_______BTU/hr

2. Certification: We the undersigned have witnessed the above functional performance tests and certify that the item tested has met the performance requirements in this section of the specifications. Signature and Date

Contractor's Commissioning Specialist ____________________________

Contractor's Mechanical Representative _____________________________

Contractor's Electrical Representative ______________________________

Contractor's TAB Representative ______________________________

Contractor's Controls Representative _____________________________

Design Agency Representative _____________________________

Contracting Officer's Representative _____________________________

Using Agency's Representative _____________________________

SECTION 01 91 00.00 37 Page 66

Page 645: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test Checklist - Unit Heaters

The Contracting Officer will select unit heaters to be spot-checked during the functional performance test. The number of terminals shall not exceed 10 percent. Hot water systems {for hot water unit heaters} must be in operation and supplying design hot water supply temperature water.

1. Functional Performance Test: Contractor shall demonstrate operation of selected unit heaters:

a. Verify unit heater response to room temperature set point adjustment.___________________________________ b. Check heating mode inlet air temperature. _____ deg F c. Check heating mode outlet air temperature. _____ deg F d. Record manufacturer's submitted fan capacity _____cfm e. Calculate unit heater capacity using manufacturer's fan capacity and recorded temperatures and compare to design. f. Calculated_____BTU/hr Design______BTU/hr

2. Certification: We the undersigned have witnessed the above functional performance tests and certify that the item tested has met the performance requirements in this section of the specifications.

Signature and Date

Contractor's Commissioning Specialist _____________________________

Contractor's Mechanical Representative _____________________________

Contractor's Electrical Representative _____________________________

Contractor's TAB Representative _____________________________

Contractor's Controls Representative _____________________________

Design Agency Representative _____________________________

Contracting Officer's Representative _____________________________

Using Agency's Representative _____________________________ _____________________________

SECTION 01 91 00.00 37 Page 67

Page 646: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test Checklist - HVAC Controls

For HVAC System:

The Contracting Officer will select HVAC control systems to undergo functional performance testing. The number of systems shall not exceed 10 percent. Perform this test simultaneously with FPT for AHU or other controlled equipment.

1. Functional Performance Test: Contractor shall verify operation of HVAC controls by performing the Performance Verification Test {PVT} test for that system. Contractor to provide blank PVT test procedures previously done by the controls Contractor.

2. Verify interlock with UMCS system______.

3. Verify all required I/O points function from the UMCS system_____.

4. Certification: We the undersigned have witnessed the Performance Verification Test and certify that the item tested has met the performance requirements in this section of the specifications.

Signature and Date

Contractor's Commissioning Specialist _________________________

Contractor's Mechanical Representative ___________________________

Contractor's Electrical Representative ___________________________

Contractor's TAB Representative ___________________________ Contractor's Controls Representative ___________________________

Design Agency Representative ___________________________

Contractor's Officer's Representative ___________________________ Using Agency's Representative ___________________________

SECTION 01 91 00.00 37 Page 68

Page 647: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

Functional Performance Test Checklist - Energy Recovery System

For Energy Recovery System:

1. Functional Performance Test: Contractor shall demonstrate operation of energy recovery system in accordance with specifications including the following: Start equipment to provide energy source for recovery system.

a. Verify energy source is providing recoverable energy._______________

b. Verify recovery system senses available energy and activates._______

2. Verify recovery system inlet/outlet readings, compare to design conditions and manufacturer's performance data.

Design Actual Primary loop inlet temp (degrees F) __________ __________ Primary loop outlet temp (degrees F) __________ __________ Primary loop flow rate gpm __________ __________ Secondary loop inlet temp (degrees F) __________ __________ Secondary loop outlet temp (degrees F) __________ __________ Secondary loop flow rate gpm __________ __________ Primary loop energy BTU/hr __________ __________ Secondary loop energy BTU/hr __________ __________

3. Verify that recovery system deactivates when recoverable energy is no longer available. __________________________________________________

4. Check and report unusual vibration, noise, etc. ___________________________________________________________________________

___________________________________________________________________________

5. Certification: We the undersigned have witnessed the above functional performance tests and certify that the item tested has met the performance requirements in this section of the specifications.

Signature and Date

Contractor's Commissioning Specialist __________________________

Contractor's Mechanical Representative ___________________________

Contractor's Electrical Representative ___________________________

Contractor's TAB Representative ___________________________

Contractor's Controls Representative ___________________________

Design Agency Representative __________________________

Contractor's Officer's Representative ___________________________

Using Agency's Representative ___________________________

SECTION 01 91 00.00 37 Page 69

Page 648: Seymour Johnson AFB, North Carolina

Replacement of Air Traffic Control Tower 16R35Seymour Johnson AFB, NC

- End of Appendix B -

-- End of Section --

SECTION 01 91 00.00 37 Page 70