Loading...
North Texas Mail-CN 870730United State,. North Texas Mail Processi~g Center & Veh,~cl( Maintenance Facility United States Postal Service Facilities Service Center 1407 Union Avenue Memphis, TN 38166-0.310 USPS Proj. No. 3AA617 USPS Dwg. No, FSC-603 Project Manual B.P. One - Site August 1987 Henningson, Durham Richardson Inc. Centerra Company Z U.S. MAIL n'l CONTRACT DOCUMENTS FOR SITE WOe FOR A NEW POSTAl UNITED STATES PC NORTH TEXAS MAIL PRe INVITATION FOR BID UNITED STATES POSTAL SERVICE I~CI~IES SERVICE CENTER MEMPHIS, TENNES~ 3~o-0320 FACILITY LITIES D ~PARTN~ENT ST OFFICE CESSING CENTER O. ¢79984-87-A-D260 UNITED STATES POST OFFICE NORTH TEXAS MAIL PROCESSING CENT~ER AND VEHICLE MAINTENANCE FACILITY B.P. ONE EARL Y SITE PA CKA GE AUGUST 1987 Henningson. Durham & Richardson, Inc. A Centerra Company '~ A~ ~'qE~O A. ,~,t,~: r,.: / -.~,~ // CONSULTING ENGINEERS 5495 BELT LINE RD~ SII'rE 380- DALLAS, TX 75240 , (214') 233-1500 7G28 TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT INVITATION TO BID INSTRUCTIONS TO BIDDERS SUPPLEMENT TO BIDDERS BID FORM BID BOND REPRESENTATIONS & CERTIFICATIONS SPECIAL PROVISIONS, AUGUST 27, 1981 SUPPLEMENT TO SPECIAL PROVISIONS PS FORM PS FORM PS FORM PS FORM PS F RM '~S FORM MINORITY BUSINESS ENTERPRISE SUBCONTRACTING PROG FEDERAL EEOC CONTRACT SPECIFICATIONS GENERAL PROVISIONS SUPPLEMENT TO GENERAL PROVISIONS GENERAL CONSTRUCTION CONTRACT ----PERFORMANCE BOND --PAYMENT BOND USPS LABOR PROVISIONS WAGE RATES PS FORM PS FORM PS FO~M '~'-F6RM -Ps F~RM TX 87-36 00220 00440 DIVISION 01200 01310 01320 01340 01400 01700 01710 01720 DIVISION 02100 02150 02210 02221 02222 02270 02665 02720 02732 SOIL INVESTIGATION DATA SUBSTITUTIONS 1 - GENERAL REQUIREMENTS PROJECT MEETINGS CONSTRUCTION SCHEDULES PROGRESS REPORTS SHOP DRAWINGS, PRODUCT DATA, SAMPLES AND INFORMATION QUALITY CONTROL PROJECT CLOSEOUT CLEANING UP PROJECT RECORD DOCUMENTS 2 - SITE WORK SITE CLEARING BORING & JACKING SITE EXCAVATION AND ROUGH GRADING TRENCHING, BACKFILLING AND COMPACTING FO} UTILITIES BUILDING EXCAVATION, FILLING, BACKFILLIN( STABILIZING SOIL EROSION AND SEDIMENT CONTROL WATER DISTRIBUTION SYSTEM STORM DRAINAGE SYSTEM SANITARY SEWERS 387 389 389A 388 '324 '319B {AM 7391 ~390 ~25A 322~ PROJECT AND TOC- 1 United States Post Office - North Texas G.M.F. & V.M.F. U. S. POSTAL SERVICE l~ INVITATION NO. INVITATION FOR BID 479984-~7-A-D260 (Construction Contract) i"-2. DATE ISSUED [ August 3, 1987~ 3. ISSUING OFFICE NAME AND ADDRESS 4. NAME AND LOCATION O~PROOECT United States Postal Service NORTH TEXAS MAIL PROCESSING CENTER Facilities Service Center UNITED STATES POST OFFICE 1407 Union Avenue . Memphis, Tennessee 38166-0320 5. THIS INVITATION IS COMPRISED OF THIS FCRM AND THE FOLLOWING x PS Form 7389, Instructions to Bidders i x PS Form 73~ General Proviston~ x PS Form 738~A~ Notice to Bidders x PS Form 731~B~ RepresentationsI& Certifications x PS Form 7388, Bid Form x PS Form 731 ~C, RepresentationsI& Certifications x PS Form 73~, Construction Contract x PS Form 7322-A, Labor S~nda~ ~rovisions x PS Form 732¢~ Bid Bond x PS Form 7325 & 7325-A~ Pe~orma~ce & Payment Bonds OTHER (Specify) Department of Labor Wage Determination No. TX87-7 Special Provisions to the Invitation for Bid No. 4~9984-87-A-D260 Drawings and Specifications as indexed Notice of Requirement for Affirmative Action to En~ure EEO Standard Federal EEO Construction Contract Specifiqations (Executive Order 11246) m 6. BIDS Sealed bid, or hand delivered bids, in original and one copy, qor the work des- cribed herein will be received at the bid depository located i~4th Floor, Conference Room~ U.S. Postal Service~ Stemmon Center~ 7800 Stemmons~ Dalllas~ Tx. until September 3, 1987 at 2:00 P.M. local time, and at t~at time publicly opened. / Bids sent either, Regular Mail, Special Delivery, or Express M~il should be addressed as follows: Mr. H.D. Sartain U.S. Postal Service 7800 Stemmons Dallas, Texas 75247 Your attention is invited to PS Form 7389, Instruction for Bidqers, paragraph 8, Late Offers, Modifications, and Withdrawals, which applies to ~ll of the methods of delivery described above. Envelopes containing bids should be marked to show Bidder's Na~e, Address, Invitation Number, date and time specified above for receipt oqbids. (PS Form 7377 SEALED OFFER, has been provided for this purpose.I) /. BIUUINE MAlaRIAL, BIU GUARANIEE AND BUNDS. a. Two (2) sets of bidding documents are provided for your us~: b. Bid Guarantee in the amount of 20% of the bid price is reqQired. (PS Form 7324 is provided for this purpose.) c. Payment and Performance Bonds will be required from the suqcessful Bidder. (See attached Special Provisions) ' 8. DESCRIPIION D~ WURK AND ESIIMAIEU EUSI RAN~ (Ir in excess Or~Zb,UUU) "Work for the 75 acre site in Coppell, Texas is as described i~ the Contract Documents which include specifications and drawings. Includedlin the description of work in the Contract Documents for construction is site gra~ing, placement of building select fill with lime slurry pressure injection, draipage and grading work, storm sewer and sanitary sewer construction, domestic wa[er and f~re hydrant construction as well as all other items needed to comp)y with the Contract Documents." m 7387 CONTINUED ON REVERSE' *G['0-1975-650-434/1432 July 1974 3. D~SCRIP~ION OF WORK A;~O ESTIMATED COST RANGE (If in excess of $25, J00) (Continued) The estimated cost range is between $ 2~300~000 and $. 3.20, Nothing in the above description is to be construed as to limit the project drawings and specifications define the scope of work. ).0o0 _ ~ork. The NOTICE OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES Bidders and offerors are cautioned as follows: By signing this bid or offer, the bidder or offeror will be deemed qo have signed and agreed to the provisions of the Certification of .Nonsegregated ~acilities of this solicitation. The certification provides that the bidder or o~feror does not maintain or provide for his employees facilities which are segregated on a basis of race, creed, color, or national origin, whether such facilities arelsegregated by directive or on a de facto basis. The certification also provides qhat he will not maintain such segregated facilities. Failure of a bidder or offero~ to agree to the Certification of Nonsegregated Facilities will render his bid o~ offer nonresponsive to the terms of solicitations involving awards of contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause. iMPORTANT U.S. POSTAL SERVICE INSTRUCTIONS TO BIDDERS t READ CAREFULLY (Construction Contract) 1. Explanations to Bidders. Any explanation desired by signed. If erasures or correction~ are made on the forms, each a bidder regarding the meaning or interpretation of the invitation erasure or correction must be ir~itialed by the persons signing :'or bids. drawings, specifications, etc., must be requested in writ- the bid. Unless specifically authorized in the invitation for bids, ina and with sufficient time allowed for a reply to reach bidders telegraphic bids will not be considered. (b) The bid form may before the submission of their bids. Any interpretation made will provide for submission of a pric~ or prices for one or more be in the form of an amendment of the invitation for bids, draw- items, which may be lump sum[bids, alternate prices, scheduled ings, specifications, etc., and will be furnished to all prospective items resulting in a bid on a unit of construction or a combin- bidders. Its receipt by the bidder must be acknowledged in the ation thereof, etc. Where the bi{l form explicitly requ~res that space provided on the Bid Form (PS Form 7388) or by letter or the bidder bid on alt items, faille to do so will disqualify the telegram received before the time set for opening of bids. Oral bid. When submission of a pric~ on all items is not required, explanations or instructions given before the award for the con- bidders should insert the word~"no bid" in the space provided tract will not be binding, for any item on which no pricelis submitted. (c) Unless called 2. Conditions Affecting the Work. Bidders should visit for, alternate bids will not be 7nsidered. the site and take such other steps as may be reasonably necessary 6. Subnu's 'saon of Bids. t(a) Bids and modificaUons there- to ascertain the nature and location of the work, and the general of shall be enclosed in a sealed ~nvelope addressed to the office and local conditions which can affect the work or the cost there- specified in the solicitations. T~e bidder shall show.t.he h. our and of. Failure to do so will not relieve bidders from responsibility date specified in the solicitatio~ for receipt, the solicttation for estimating properly the difficulty or cost of successfully per- number, and the name and ad4ress of the bidder on the face of forming the work. The Postal Service will assume no responsi- the envelope. (b) Telegraphic 14ids wffi not be considered unless bility for any understanding or representations concerning con- authorized by the solicitation. ~elegraphic modifications should ditions made by any of its officers or agents prior to the exe- not reveal the amount of the o[iginal or the revised bid. cution of the contract, unless included in the invitation for bids, 7. Modification or Witl[drawal of Bids. Bids already sub- the specifications, or related documents, mitted may be modified or wiqhdrawn by written or telegraphic 3. Bidder's Qualifications. Before a bid is considered for notice, prepared as described i~ 6. above and received prior to award, the bidder may be reques[ed by the Postal Service to sub- the exact hour and date specified for receipt of bids. A bid may mit a statement regarding his previous experience in performing also be withdrawn in person b~ a bidder or his authorized repre- comparable work, his business and technical organization, finan- sentafive, provided his identit~ is estabhshed and he signs a re- cial resources, and plant available to be used in performing the ceipt, but only if the withdrav~al is made prior to the exact hour work. and date set for receipt of bid1. 4. Bid Guarantee. Where a bid guarantee is required by ~ 8. Late Offers, Modificbtions, and Withdrawals. (a) Bids/ the invitation for bids, failure to furnish a bid guarantee in the an"d~odffications of bids or w~thdraw',ds thereof received at proper form and amount, by the time set for opening of bids, office~signated in the solicit4tion after the exact hour ~date may be cause for rejection of the bid. specified~r receipt will not b~ considered unless they.. ceived befot'L%~!ward is made a~d either: (i) they.we .~se.nt by A bid guarantee shall be in the form of a firm commitment, registered or ce"~ied mail no~ later than the fift~.al~end, ar such as a bid bond, postal.money order, certified check, cashier's prior to the date s~ified for ~eceipt (see par~gfa, ph..6 ab.o.,v.e,)~r_.. check, irrevocable letter of credit or, in accordance with Treasury Cfi) they were sent by"~ll (or[telegram ~ized) or (iii) th..ey, Department regulations, certain bonds cr notes of the United were delivered by other Me(an~ to the ~ository pr~s~c__ribed States. Bid guarantees, other than bid bonds, will be returned ~tio~and it is ~rm~~ting Ol.'fi.cer (a) to unsuccessful bidders as soon as practicable after the open- ~dling afterre~!p.t lng of bids, and {.b)to the successful bidder upon execution of ~~~bli, sh- such further contractual documents and bonds as may be re- ~ a_le~.b. 3e' .°rigi~nal. , quired by the bid as accepted. ~'hK~f m..a!ling~._b_y..~,ostal ~apper_o~ the o~gi,na) If the successful bidder, upon acceptance of his bid by the ~_ .f..re~l~..unde~(a) (ii) Postal Service within the period specified therein for acceptance ~acih'ty on t.~.~ffer ..... (sixty days ff no peri°d is specified' fails t° execute such fur ther ~__m~!~;fi- contractual documents, if any, and give such bond(s) as may be i required by the terms of the bid as accepted within the time ~/r~ ! specil'icd (ten days if no period is specified) after receipt of the will be con red y forms by him, his contract may be terminated for default. In such event he shall be liable for any cost of procuring the work 9. Public Opemng o ids, Bids will be publicly opened which exceeds the amount of his hid, and the bid guarantee shall at the time set for op~ning inI th(invitation for bids, Their con- be available toward otTsetting such difference, If the contract is tent will be made public for ~be information of bidders and others not so terminated, the period of delay in providing such bonds may be deducted, at the Contracting Officer's sole discretion, interested, who may be pre nt either in person or by representa- from the time otherwise provided after receipt of the notice to tire. 10. Award of Contract[ (a) Award of contract will be made proceed to complete the work. to that responsible bidder w~ose bid, conforming to the invitation fi, Preparation of Bids. (a) Bids shall be submitted on for bids, is most advantageot~s to the Postal Service, price and the forms furnished, or copie~' thereof, and must be manually other factors considered. (b)IThe Postal Service may, when ~n its ] ~5 GPO-- 1975--650-493/2401 PS Form 7389 May 1975 interest, reject any or all bids ox waive any informality ox minor kre§ularity in bids received. (c) The Postal Service may accept any item ox combinalion of items of a bid, unless precluded by th; invitation for bids or when the bidder includes in his bid a stfictive iimitalion. ~he bidder whose bid is accepted 11. Contract and Bonds. will, within the lime established in the bid, enter into a written conUact with the Postal Service and, if requited, furnish perfor- mance and payment bonds on ~ ostal Service forms in the amounts indicated in the invitation for b ,ds of the specificat/ons. OTHER iNSTRUCTIONS 12. PROTESTS: Protest shall be considered only when submitt~ with the procedures and time limitations set. forth in POSTAL ~,NUAL, Paragraph 2-407.8, which is quoted in part below: "How to File a Protest. Any interested party may protest the solicitation, the a~rard or the proposed award of any pr~curem, other action related to the solicitation or award of a contra~ must be in ~'iting and may be filed with the Contracting 0ffi~ General Counsel. A protest must identify the solicitation or' protested and set forth a complete statement of the alleged d which make the solicitation terms, the award or proposed awar WRITTEN PROTEST BASED UPON ALLEGED DEFICIENCIES IN A SOLICITA APPARENT BEFORE THE DATE SET FOR RECEIPT OF OFFERS MUST BE RE AND TIME SET FOR THE RECEIPT OF OFFERS. WRITTEN PROTESTS FOR MUST BE RECEIVED NOT LATER THAN l0 WORKING DAYS AFTER THE INF THEY ARE BASED IS KNOWN OR SHOULD HAVE BEEN KNOWN, WHICHEVER PROVIDED THAT NO PROTEST WILL BE CONSIDERED IF RECEIVED MORE DAYS AFTER AWARD OF THE CONTRACT IN QUESTION." 13. TELEGRAPH BID MODIFICATIONS: Telegraphic modifications will be accepted if received prior to date and time specifie¢ Refer to Paragraphs 6 & 7, reverse side, and revised Paragra~ PS Form 7389. (You should show the amount of the change in should not show the total amount of the original bid or the revised bi d. ) ~d in accordance ;ONTRACTING terms of a )nt contract, or ;t. A protest :er or with the contract )fects or grounds ~ defective. FION WHICH ARE 3EIVED BY THE DATE OTHER REASONS DRMATION ON WHICH IS EARLIER: 'HAN 15 WORKING )r withdrawals for bid opening. .h 8, Supplement to .he bid, but you :otal amount of the 14. furnished to prospective bidders upon written request at Such request or inquires concerning this invitation should b, writing to: Henningson Durham & Richardson, Inc. 12700 Hillcrest Road Dallas, Texas 75230-2009 15. Copies of this complete invitation and necessary bid dc :uments will be $ ~0.00 per set. ~ submitted in or telephone: Mr. Jeff Forrest (214) 980-0001 BIDS ARE TO BE RECEIVED IN Dallas~ Texas (See block 6, PS Form 7387 for exact location of bid opening. NO COLLECT CALLS) ) SUPPLF~ENT TO PS FORM 7389 (May 197!i) (INSTRUCTIONS TO BIDDERS) DELETE the existing Item 8 and substitute the .LATE OFFERS, HODIFICATIONS, AND %rlTHDRA~;ALS (JUNE 1981) (a) Offers and modifications of offers or withdrawals thereof received at the office designated in the solicitatic slier the exact hour and date speci/ied for receipt will not be considered unless they are received before is made and, except for vir. hdravals under negotiated solici- tations, either: (i) they were sent by registered or certified mil not later than the fifth calendar day prior to ths date specified for receipt, (ii) they were sent by Express Mail service (pos~ office to addressee) not later than the second calen- dar day (excluding Saturdays, Sundays, and Federal Holidays) prior to the date specified for receipt, or (iii) they were sent by mail (or telegram if authorized), or delivered by other means to the precise depository prescribed in the solicitation, and it is deter- mined by the Head of Procuring Activity that the late re- ceipt was due solely to mishandling after receipt by thc office designated to receive offers. (b)- The only acceptable evidence to establish -- '(i) the dace of mailing under (a)(i) above is a legible, o[iginal postmark supplied and affixed on the date of maiiin~, by Postal Service employees on the offer wrapper or on the original receipt given therefor, (ii) the date of mailing under (a)(ii) above is the date entered on the Express Mail label by' the post office receiving clerk, or (iii) the time of receipt under (a)(iii) above is the imediate stamp of such facility on the offer wrap- per 0r other contemporary, documentary evidence of receip maintained by the facility. (c) Notwithstanding the above, a modification of an otherwise successful offer which makes its terms more favorable co the Postal Service will be considered at any ~ime i~ is recaived and may be mccepced. (d) If this solicitation is negotiated, consideratioc also will be ~iven to: (i) the only offer received, (ii) normal offer revisions by offerors selec[e~ for discussion, received before the negotiatio~ cut time established by the Contractin$ Officer, and (iii) offers and modifications of offers receive~ before award when determined by the Head of Procuring Activ- ity to contain an overriding cost or ~echnical benefit to the Postal Service. NOTE: When submitting offers, modifications of offers, or ~ of offers via Express Mail Service, use Label llB-EX[ SERVICE - POST OFFICE TO ADDRESSEE. Llowing: thdrawals 'RESS MAIL U.S. POSTAL SERVICE NOTICE TO BIDDER (Construction Contract) I iMPORTANT RE D CAREFULLY To insure the submission of complete bids and to avoid omissions that could result in ym responsive, please check each of the following: 1. Have you rechecked your estimate? Are all items and amounts included? Is bid amount entered in proper space provided on the PS Form 7388, Bid F{ Contract)? Have you completed all Alternates, Separate Prices and Unit Prices (if any), 7388, Bid Form? 4. Have you acknowledged, on the PS Form 7388, Bid Form, receipt of all ame: o 10. Have you properly completed and checked the appropriate box of each biddl and certification on the PS Form 7319-B, Representations and Certifications Does your bid guarantee conform to the requirements of PS Form 7387, Invi and PS Form 7389, Instruction to Bidders? Have you read the clause "Termination for Default - Damages for Delay - 1 PS Form 7391, General Provision (Construction Contract), on delays and dm Submission and acceptance of your bid commits you to complete your contt time specified. The contract may provide for assessment of liquidated dama day's delay beyond the contract time, if a time extension is not granted. Have you read the "Equal Opportunity Clause", PS Form 7391 and do you your obligations regarding this requirement? Have you familiarized yourself with the applicable contracting provisions co of Small Business and Minority Enterprise Concerns and the participation of Labor Surplus Areas? Have you familiarized yourself with the regulations issued by the Secretary c to section 107 of the Contract Work Hours and Safety Standards Act, entitk Health Regulations for Construction", (29 Code of Federal Regulations, Par~ in 36 Federal Register 7340, April 17, 19717 CAUTION - LATE BIDS - See PS Form 7389, Instruction to Bidders, clau Bids and Modifications or Withdrawals". ~r bid being non- ~rm (Construction [] ~n the PS Form [] ~dments? [] ~r representation [] :ation for Bids [] 'ime Extensions", aages? act within the ;es for each uily understand [] ering Participation [] ;uch concerns in Labor pursuant t: "Safety and 1518) published ;e entitled "Late [] PS Form 7389-A July 1974 U.S. POSTAL SERVICE BID FORM (Construction Contract) · THIS FORM TO BE COMPLETED BY BIDDER :3. BIDDERS NAME AND ADDRESS TELEPHONE NO.: 5. ISSUING OFFICE NAME AND ADDRESS United States Postal Service~ Facilities Service Center 1407 Union Avenue Memphis,~ Tennessee 38166-0320 1. INVIT$ 47998, 2. DATE I 4. NAME AND LOCATIO~ ~IORTH TEXAS MAIL I UN[TED STATES POS 6. SUBMIT BIDSTO ~.~ CAUTION: Bids should not be qualified by exceptions to bidding condition~ 7. BID SEE BLOCK 6, PS FORM 7387 PS Form 7388 e e The undersigned proposes to perform all work included in the above-dated Invitation Fc the Invitation, General Provisions (PS Form 739 I), specifications, schedules, drawings a~ shown below: TOTAL BID: (In Word,) 8. DETAILED PRICES (Enter detailed prices below, clearly identil'ying work to which price, apply UNIT PRICE SCHEDULE Bids are requested on the following "Unit Price SchedL Division 2 of the technical specifications. Failure to submit unit prices shall not be cause for r Bids will be evaluated soley on the lump sum price ent above. U. S. Postal Service reserves the right to rej prices submitted and negotiate for satisfactory prices rejection of unit prices will be made at the time of c For price adjustment purposes under the contract claus "Changes," (PS Form 7391, page 2), the following unit requested. These prices shall include all materials, profit, etc.: Additional earth excavation in accordance with Sec .... 0 to 100 cu. yds. per .... over 100 cu. yds. per Additional fill in accordance with Sections 02210, .... 0 to 100 cu. yds. per .... over lO0 cu. yds. per Extention of maintenance period for building pad a per month. ,TION NO. ~-87-A-D260 SUED 3, 1987 I OF PROJECT ~ROCESSING CENTER OFFICE ~IITTED r Bid in strict compliance with ~d conditions for the amount/s $ e" relative to .~jection of bid. ered in Item 7 ect any or all unit · Acceptance or ontract award. . e entitled )rices are abor, overhead :ions 02210, 02222 cubic yard cubic yard 02222 cubic yard cubic yard Fter March 1, 1988, DATE SUB B. DETAILED PRICES (Continued) The undersigned agrees that, upon written acceptance of this bid, mailed or otherwise furnished days after the date of opening of bids, he v :I1 within 10 calendar days after receipt of the prescribed forms, execute Form 7390, Construction Contract, and give peril bonds on Postal Service forms with good and sufficient surety. The undersigned agrees, if awarded the contract, that he will commence the work within '10 the date of receipt of notice to proceed, and to complete the work within 180 calendar day ceipt of notice to proceed. 10. 11. 12. RECEIPT OF AMENDMENTS The undersigned acknowledges receipt of the following amendments of the invitation for bi specifications, etc. (Give number and date o£ each}: BID GUARANTEE ENCLOSED IS BID GUARAHT~E IN THE AMOUN~ OF $ CONS 13. The representations and certifications on the accompanying Form 731~B are made part o NAME AND ADDRESS OF BIDDER -- 14. FULL NAME OF ALL PAF IS NOT INCORF within 45 calendar ~rmance and payment ~calendar days after after tho date of re- ds, drawings, and/or lNG 0 F: (Describe) ~ this bid. TNERS IF BIDDER ORATED 1~. AUTHORIZED SIGNATURE 15b. TYPED NAME AND TITLE ~ GPO-- 1975--650-493/1475 DATE bO~D EXECUTED (~fu. sZ not be l~ter BID BOND t~=~ bi~ o~e~,~ t~c(' /n.~tructir~n.~ on [cvcr~c.l p~INCI~A~ ( ~e~a/ name and ~usiness ad,ess) TYPE O~ ORG~IZATIO~ ("X" one) , ~VENTURE ~ L~ CORPORATION STATE OF INCORPORATION I PENAL SO~ OF ~ON~ ~ID IOENT[~[~ATION -- AMOUNT NOT TO EX.ED BI~ DATE INVITATION NO ~;~: T ~, ~L,ON(., T.OUSAND( ,, HUNDRED( S~ CENTS pRICE ~ FOR (Cons~rucZ~o. Sup- pltc~ or Se~ces~ ~OW ALL MEN BY THESE PRESENTS, That we ~e Princip~ and Surety(les) hereto, are firmly bound to the United States Postal Se~ice (hereinafter called the Post~ Se~ice) in the abov~ penal sum for ~e payment of w~ich we bind ourselves, our heirs, executors, administrators, and successors, jointly ~d severall): ~ov~ed. ~at, where the Sureties are corporations acting as co-sureties, we, the Sureties, bind ourselves [n such sum '~oinflv ~d severally" as well ~ "seVerally" only for allowing a joint action or actions against any or all of us, and for all o~er purposes each Surety[binds itself, jointly and severa~y with the Principal, f~ the payment of such sum only as is set for~ opposite ~e n~e of such Surety, but if no lbmt of liab~ity indicated, the limit of liability ~all be the full amount of the penal sum. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Princip~ has submitted theJ bid idemified above; NOW, THEREFORE, if the P~incipal, upon acceptance by th~ Postal Se~ices of his bid identified above, within the period specified therein for acceptance (sixty (60) days if no period is specified), shall execute such further contractual documents, if any, and give such bond(s) as may be requbed bv the terms of the bid as accepted within the time specified (ten (10) days ~ no period is specified) after receipt of the forms by h~, or in the event of faQure so to execute such fu~he~ con[factual documents and give such bonds, if the Principal shall pay the Postal Se~'ice for any cost of procuring the work whic~ exceeds the amount of his bid, then the above obligation shall be void and of no effect. Each Surety executing this instrument hereby agrees that its obligation shall not be impaled by jany extension(s) of the time for acceptance of the bid that the Principal'may grant to the Postal Se~ice, notice of which ex~egsion(s) to the Surety(les) being hereby waived; provided that such waiver of notice shall apply only with respect to extensions agg~gatmg not more than smty (60) calendar days in addition to the period originally allowed for acceptance of the bid. IN WITNESS WHEREOF, the Principal and Surety(les) have executed this bid bond and have a~fixed the~ seals on the date set forth above. 1 PRINCIPAL ~ 2 [Se~l) ~ (Seal) Name(s] & 1 2 Title(s) (T) ped) I INDIVIDUAL SURETIES Name(s] ~ 2. CTyoed] I ~ORPORATE ~UR~TY(IES) < I ~ Corpora te ~ T PS Form 7324 July 1971 I / CORPORATE SURETY(lES) (Continued) Address ~- 1. 2. Corporate ~ Signature(s) Seal ~ Name(s) & 1 2. Title(s) (Typed) Address >- 1. 2. Corporate ~ Signature(s) Seal ~)~ Name(s) & 1. Title(s), (Typed) Name & r~ Address >- 1. 2. Corporate L~ Signature(s) Seal ~ Name(s) & 1. Title(s) (Typed) STATE OF INC. I LIAmUTY Name & LU Address ~' 1. 2. Corporate ~ Signature(s) Seal ~ Name(s) & 1. 2. Title(s) (Typed) STATE OF INC. LIABILITY Name & u. Address ~- I. 2. Corporate ~ Signature{s) Seal ~ Name(s) & 1. 2. Title(s} ( T~'ped~ Name & 0 Address ~. 1. 2. Corporate ~ Signature(s) Seal u~ Name(s) & I. 2. Title(s) (Typed) INSTRUCTIONS 1. This form is authorized for use whenever a bid guaranty is required in connection with construction work or the furnishing of supplies or services. There shall be no deviation from this form without prior approval in accordance with the provisions of Postal Contracting Manual 1-109. 2. The full legal name and business address of the Principal shall he inserted in the space designated "Principal" on the face of this form. The bond shall be signed by an authorized person. Where such person is signing in a representative capacity (e.g., an attorney-in-fact), but is not a member of the lr~rm, partnership, or joint venture, or an officer of the corporation involved, evidence of his authority must be furnished. 3. The penal sum of the bond may be expressed as a percentage of the bid price if desired. In such cases, a maximum dollar limitation may be stipulated (e.g., 20% of the bid price but the amount not to exceed dollars). 4. (a) Corporations executing the bond as sureties must he among those appearing on the Treasury Department's list of approved sureties and must be acting within the Umil than a single corporate surety is i (city and State) shall be inserted in headed "CORPORATE SURETY( "SURETY(IES)" on the face of of the Sureties shall be inserted. (b) Where individual sureties e:~ more responsible persons. A coml~ (PS form 7328), for each individm Such sureties may be required information concerning their ass~ Postal Service may require. $. Corporations executing the1 Individuals shall execute the bond executed in Marne or New Hamps) 6. The name of each person si! in the space provided. tions set forth therein. Where more avoived, their names and addresses the spaces (Surety A, Surety B, etc.) [ES)", and in the space designated is form only the letter identification ecule the bond, they shall be two or [eted Affidavit of Individual Surety surety, shall accompany the bond. furnish additional substantiating and t-mancial capability as the ond shall affix their coq~oratc seals. opposite thc word "Seal"; and, if ire, shall also affix an adhesive seal. ~ing this bid bond should be typed GPO 926-455 REPRESENTATIONS AND CERTIFICATIONS P~e l of Name & Address 1(No., Street, City, State, & ZIP+4) USPS Solicitation No. I Date of Offer The offeror makes the following representations ~ certifications as a part o! the oft'er ide~ rifled abo~e. [Check and complete all applicable boxes or blocks. The term 'offer' means b~ where the procurement is advertised, and proposal where the proc, trement is negotiated.} Instructions NOTE: Offers must set forth full, accurate, and complete information as require~ by this s~iicitation {including attach- ments}. The penalty for making false statements in offers is prescribed in 18 U.S.~ 1001. 1. Type Of The offeror operates as an [] individual, [] partnership, [-]joint venture, [-]corl~oration, or []a nonprofit organization Or~nizalion incorporated in the State of ' I 2. R~ular {Check only for supply contracts where the offer exceeds $10,000.} Dealer/ The offeror is a []re lar dealer in, []manufacturer of, the supplies offered. Manufacturer .I. 3. [A "parent company ' is a company which either owns or controls the activities and basic business policies of the offeror. "To own" another company means the parent company owns more t~. n 50 percent of the voting rights in that company. To control another company, ownership is not required, butte parent company formulates, deter. mines, or vetoes basic business policy decisions of the controlled company. Thi~ control may be exercised through the use of dominant minority voting rights, use of proxy voting, contractual arranger~ents, or otherwise.} Is the offeror owned or controlled by a parent company? [] Yes Cl~o If the answer is 'Yes', the offeror must complete parts a, b, & c. If the answer is ']~o' complete only part d. Parmtt {The Offeror's Identification Number {ID No.) is defined as the Taxpayer lden~'fication No. used on Offeror's Quar- Company terly Federal Tax Return, U.S. Treasury Form 941. For individuals and sole{proprietors, this numOer will be the 8i offeror's Social Security No.; for partnerships and corporations, this number w{ll be its Employer Identification No.} Employer If a bidder fails to provide the information required by this section, one inquiryfwilIi be made in an effort to obtain the ID Number information. a) Name of Parent Company b) Main Office Add~ess of Parent Co. [No., Street, City, State, & zi~.4}t c) Parent Co. ID No. d) Offeror's ID No.f 4. The offeror hereby certifies that each end product, except any end products ~isted below, ia a domestic source end product [as defined in the clause entitled "Buy American Act"} and that co~n~.nents of unknown origin have been Buy American considered to have been mined, produced, or manufactured outside the Un/ted Slates. Certificate Excluded End Products Country of Originl 1 5. [Check only if offer exceeds $10,000 in amount.) The offeror [] has, [] has not, participated in a previous contract or subcontract subject to the Equal Opportumty clause herein, the clause originally contained in Section 301 of Executave Orde[ No. 10925, or the clause contained m. Equal Section 201 of Executive Order No. 11114; the offeror [] has, [] has not, f'fl~d all required compliance reports; aha Opportunity representations indicating submission of required complianc~, reports, slgne(~ by .pro.po. sed subc~ntrac!o, rs, w.ill b obtained prior to subcontract awards. {The above representatton need not be ~ubmtttea m connection wttn contracts which are exempt from the Equal Opportunity clause.} l 6. [Check only if offer exceeds $50,000 and offeror has 50 employees or more.} Equal The offeror represents that (a) the offeror [] has developed and has on file, ii-]has not developed and does not have Oppo~uniW on file, at each establishment affirmative action programs as required by the r~les and regulations of the Secretary of Affirmative Labor (41 CFR 60-1 and 60-2), or (b) the offeror []has not previously had co, n~racts subject to the written affirmative Action action program requirement of the rules and regulations of the Secretary of LabOr. {The above representation need not be submitted in connection with contra~ts which are exempt from the Equal Program Opportunity clause.} 1 1 I Page I of 7. (a) The offeror [] has, [] has not, employed or retained any company or perso~ (other than a full-time bona fide employee working solely for the offeror) to solicit or secure this contract, and (b)] the offeror []has, ["}has not, paid os agreed to pay any company or person (other than a full-time bona fide employee working solely for the offeror) any fee, commission, percentage or brokerage fee, contingent upon or resulting fro~ the award of this contract. If the Contingent offeror respons in the affirmative, the offeror must furnish, in duplicate, a completed PS Form 7319, Contractor's Fee Statement of Contingent or Other Fees, and any other information as may be requested by the Contracting Officer. If offeror has previously furnished a completed Form 7319 to the office issuing tl~is solicitation, he/she may accom- pany the offer with a signed statement (a) indicating when such completed form. ~as previously furnished, (b) iden- tifying by number the previous solicitation or contract, if any, in connection wit~ which such form was submitted, and (c) representing that the statement in such form is applicable to this offer. {~or interpretation of the represen- tation, including the term "bona fide employee," see Postal Contracting Manual, subTragraph 1-504.3.} 8. {Applicable only if {i} the offer exceeds $100,000, or {ii} the offer is for an ind. e~nite quantity, and it indicates that Clean Air orders for estimated quantities will exceed $1,000,000 in any year, or {iii} a facility Ito be used is listed on the EPA List of Violating Facilities due to a criminal conviction, or fly} the contract is not otherwise exempt.} & The offeror (a) certifies that any facility to be utilized in the performance on th~s proposed contract [] is, [] is not, Water listed on the Environmental Protection Agency List of Fiolating Facilities as of th~ date of this offer, and (b) agrees Certification to notify the Contracting Officer promptly if any communication is received f~om the Environmental Protection Agency prior to contract award indicating that any such facility is under consideratiln for inclusion on the List. 9. (a) By submission of this offer, each offeror certifies, and in the case of a joi~t offer, each party thereto certifies as to his/her own organization, that in connection with this procurement: (1) The prices of this offer have been arrived at independently, withot~t consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating t~ such prices with any other offeror or with any competitor; (2) Unless otherwise required by law, the prices set forth in this offer hate not been knowingly disclosed by the offeror and will not knowingly be disclosed by the offeror, prior to opening, in the case of a bid, or prior to award, in the case of a proposal, directly or indirectly to any other offeror or to a~y competitor; and (3) No attempt has been made or will be made by the offeror to induce lany other person or firm to submit or not to submit an offer for the purpose of restricting competition. (b) Each person signing this offer certifies tha~: Independent (1) He/she is the person in the offeror s organization responsible withinI that organization for the decision ~rice as to the prices being offered herein and has not participated, and will not participate, in any action contrary to Determination (a) (1) through (a) (3) above; or (2) (i) He/she is not the person in the offeror's organization responsi.b!~ within that organization for the decision as to the prices being offered herein but has been authorized, in writing, to act as agent for the persons responsible for such decision in certifying that such persons have not participated, and will not participate, in any action contrary to (a) (1) through (a) (3) above, and as their agent does hereb~ so certify; and (ii) has not partici- pated, and will not Oarticipate, in any action contrary to (a) (1) through (a) (3) a~ove. (c) This certification is not applicat~le to a foreign ofteror auomitting an offe~ for a contract which requires per- formance or delivery outside the United States, its possessions, and Puerto Rico. ] (d) An offer will not be considered for award where (a) (1), (a) (3), or (b) alive, has been deleted or modified. Where (a) (2) above has been deleted or modified, the offer will not be considere~t for award unless the offeror fur- nishes with the offer a signed statement which sets forth in detail the circumstances of the disclosure and the head of procuring activity determines that such disclosure was not made for the purpose of r~stricting competition. 1 ~0. [Applicable to [1} contracts, {2} subcontracts, and [$} agreements with applications who are themselves performing federally assisted construction contracts, exceeding $10,000 which are not exemp( from the provisions of the Equal Opportunity clause. An offer will not be considered for award where this certifid~tion is applicable and it has been deleted or modified.} By the submission of this offer, the offeror, applicant, or subcontractor certifie~ that he/she does not maintain or provide for his/her employees any segregated facilities at any of his/her establishments, and does not permit his/her employees to perform their services at any location, under the offeror's control, ~here segregated facilities axe main- tained. The offeror certifies further that he/she will not maintain or provide forI his/her employees any segregated facilities at any of his/her establishments, and will not permit his/her employees t~ perform their services at any loca- tion, under his/her control, where segregated facilities are maintained. The offeror,I applicant, or subcontractor agrees Certification that a breach of this certification is a violation of the Equal Opportunity clause in ~his contract. As used in this certifi- cation, the term "segregated facilities" means any waiting rooms, work areas, rest ~ooms and wash rooms, restaurants O~ and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, Segregated recreation or entertaining areas, transportation, and housing facilities provided fqr employees which are segregated Facilities by expUcit directive or are in fact segregated on the basis of race, color, religion, .~ national origin, because of habit, local custom, or otherwise. The offeror agrees that (except where identical certi0cations have been obtained from proposed subcontractors for specific time periods), the offeror will obtain identica} certifications from proposed sub- contractors prior to the award of subcontracts exceeding $10,000 which are not ~xempt from the provisions of the Equal Opportunity clause; will retain such certifications in his/her fries; and will f~rward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitte~ identical certifications for specific Notice to Prospective time periods): Subcontractors of ! Requirement for A Certification on Nonsegregated Facilities must be submitted prior to the ~ward of a subcontract exceeding Ce~alfication$ of $10,000 which is not exempt from the provisions of the Equal Opportunity clause. The certification may be submitted Non~t'e~ted Facilities t~ ~ ' ' ' either for each subcontractor or for aH subcontrac, urmg a period (:.e., quarteriy, s~miannually, or annually). ! PS Form 7319-B, April 1986 [Reverse} t U.S. Oo,,rnm.nt Printing O,,,ce: IllI---ISl-OOII/"~IlSl Pa~e I of ~tts Po~r~. U.S. POSTAl SERVICE ~ REPRESENTATIONS AND CERTIFICATIONS *' ...... *' (8usiness Data) Name and Address of Offeror (No. and Street, Ape/Suite No., City, County, State and ZIP + 4) Solicitation or Order No. Date of Offer or Order The U.S. Postal Service is Cooperating With Other Agencies of the Federal Government in the Collecting of )ara Concerning Contract Awards. The Offeror is Requested to Check the Appropriate Block(s) Contained on This Form. NOTE: Offers MUST set forth full, accurate and complete information as required by this solicitation linclu ling attachment$). The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. , Definitions 1. SMALL BUSINESS CONCERN. A small business concern for the purposes of Postal Service procurement is a concern, including its affiliates, which is independently owned and operated, is not dominant in the field of opera- tions in which it is submitting an offer, and is of a size consistent with the standards set forth by SBA in CF R Part 121, or if no standard has been established, then of a size employing not more than 500 employees. {Also see PCM Section 1, Part ?.) 2. MINORITY BUSINESS ENTERPRISE. A minority business enterprise is a concern of which at least 51 percent is owned by, and of which the management and daily business operations are controlled by, one or more mem- bers of a minority group. (For the purpose of this defini- tion, minority group members are United States citizens who are black Americans, Hispanic Americans, Native Americans, Asian-Pacific Americans, or Asian-Indian Americans. "Native Americans" means American Indians, Eskimos, Aleuts, or native Hawaiians. "Asian-Pacific Americans" means those whose origins are in Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands, the Northern Mariana Islands, Laos, Kampuchea, or Taiwan. "Asian- Indian Americans" means those whose origins are in India, Pakistan, or Bangladesh.) 3. WOMAN-OWNED BUSINESS. A woman-owned busi- ness is a business which is at least 51 percent owned, con- trolled, and operated by a woman or women. Controlled is defined as excercising the power to make policy decisions. Operated is defined as actively involved in the day-to-day management. 4. LABOR SURPLUS ARI at the time of award is eithe employment or underemp surplus area, or a substantial in this paragraph. (a) Section of concentrate{ ployment means approp areas so classified by the (b) Persistent labor surplus classified by the Depar substantial and persist~ Area of Substantial and is listed as such by th with its publication Ar, Unemployment. (c) Substantial labor surplt classified by the Depa~ substantial labor surplu tial Unemployment) ar that Department in cc Area Trends in Emplo)'~ 5. LABOR SURPLUS AR will perform or cause to b portion of a contract in a ia[ 6. EDUCATIONAL OR O ZATION. Any corporation, stitution operated for scie~ not organized for profit, r which inures to the profits individual. A. A geographical area which r a section of concentrated un- oyment, a persistent labor labor surplus area, as defined I unemployment or underem- -late sections of States or labor Secretary of Labor. area means an area which is truant of Labor as an area of .nt labor surplus (also called Oersistent Unemployment) and at Department in conjunction ~a Trends in EmpltLvtnent and area means an area which is ment of Labor as an area of (a/so called Area .of Substan- which is listed as such by njunction with its publication ~ent and Unemployment. EA CONCERN. A firm which ; performed a substantial pro- ,or surplus area. 'HER NON-PROFIT ORGANI- foundation, trust, or other in- ~tific or educational purposes, ~o part of the net earnings of of any private shareholder of Company Representative Printed Name and Title Signature and Date Signe I (V/) Check Type of Business (V/) Check [type of Business Labor Surplus Area Woman-Owned Businlss Small Business Educational or Other~on-Profit Organization Minority Business Enterprise None of the Above AIPly to This Entity ' Check as IViany of the Following Blocks as are Applicable to the Entity Sul~mitting This Offer SPECIAL PROVISIONS (FOR USE WITH PS FORM 7391) NOTE: . These Special Provisions and other documents listed in Item 5, Invit~ 7387, make up DIVISION I of this contract. [SE.,C~,~ION lA -- DESCRIPTION OF WORK & MI~ELLAN'] EOUS REQUIREMENT~ 1. LOCATION OF THE WORK:'See Invitation for Bid, PS Form 7387, at the front of this bid package. 2. SCOPE: The Contractor shall provide all material, labor, tools, plant, supplies, equipment, transportation, superintendence, temporary construction of every nature, and all other services and facilities necessary to complete the construcuon of a Postal Service facihty for the United States Postal Service, including all incidental work described in the Contract Documents. 3. CONTRACTUAL DOCUMENTS FURNISHED 'FOR CONSTRUCTION PURPOSES: Fifteen (15) sets of contractual documents will be furnished to the Contractor without charge, except for applicable publications incorporated into the technical provisions by reference. Upon request, a reasonable quantity of additional sets will be furnished at no coat, if available from overrun. If not available from overrun, additional sets will be furnished at the cost of reproduction. 4. PERFORMANCE AND PAYMENT BONDS: A~ specified on the Bid Form, two bonds (each with good and sufficient surety or sureties acceptable to the Postal Service) shall be furnished; namely, a performance bond (PS Form 7325) and a payment bond (PS Form A) Each form shall show the contract number to which the bend applies. The penal sums oF such bonds will be az follows: (a) PERFORMANCE BOND The penal sum of the performance bond shall equal one hundred percent (100%) of the contract price. (b) pAYMENT BOND: When the contract price is $1,000,000 or less, the penal sum shall be fifty percent (50%) of the contract price. When the contract price is in excess of $1,000,000, but not more than $5,000,000, the penal sum shall be forty percent (40%) of the contract price. When the contract price is more than $5,000,000, the penal sum shall be $2,500.000. 5. STATUS OF U.S. POSTAL SERVICE: For the Contractor's information, the Postal Service is "... an independent establishment of the executive branch of the Government of the United States · · ." (39 U.$.C. 201), and as such has the same status as other Federal departments and agencies, insofar as the applicability of Federal, state and local taxes and local requirements for'building permits are c~ncerned. For further information on this, see Clauses 28, 29, and 53of the General Provisions, PS Form 7391. 6. GROUND BREAKING CEREMONIES: The C°ntract°r agrees in accordance with current Postal Service policy, not to plan, finance, participate in or in any way be involved in ground breaking ceremonies prior to the commencement of or at anytime during the prosecution of the work within the duration of this contract. 7. BUILDER'S RISK INSURANCE: The U.S. Postal Service does not carry Builder's Risk Insurance coverage- The Contractor, at its own option and expense, may elect to provide such insurance coverage for the facility. 8. PHOTOGRAPHS: (a) The Contractor shall furnish progress photographs to the Contracting Officer on a monthly basis showing in broad detail progress made to date. Each photograph will be an 8" x 10" unmounted print annotated on the face showing project name, contract number, starting date of construction, date photograph was taken and name of construction contractor. At the Contractor's option, these photos may be black and white or color. (b) Two (2) prints of each photograph will be furnished along with the negative in an envelope with the envelope annotated as stated above. (c) Upon completion of all construction, the Contractor shall furnish "completion photographs" showing front view, platform areas, lobby areas and workroom areas. These photographs will be marked as above, but will also show "COMPLETION". Two (2) sets of such photographs (plus negative) shall be furnished to the Contracting Officer. Completion photos shall be in color. 9. AFFIRMATIVE ACTION REQUIREMENTS (APPLICA- BLE TO CONTRACTS OVER $10,000). Attached to and becoming a part of these special provisions are Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) and Standard Federal Equal Employment Opportunity Constrt (Executive Order 11246). SECTION lB - ~CHEDULING Al 1. COMMENCEMENT, PROSE( OF WORK: The Contractor shall co: upon receipt of Notice to Proceed, pr complete the entire work ready for use days afar receipt of Notice to Proce~ shall include final cleanup of the pm 2. COMMENCEMENT ACTIVE has started procurement of materiaJ shop drawings, preparation ofsubcor will satisfy the requirement that wot! to Proceed. Therefore. work need not site upon Notice to Proceed. 3. EXCEPTION TO COMPLI DAMAGES SCHEDULES: In determines that sodding and/or plan thereof is not feasible during the cot excepted from the completion sc schedule and shall be accomplishe planting period and the specified completion date. 4. LIQUIDATED DAMAGES: Contractor to complete the work any extensions thereof, the Contra fixed, agreed and liquidated dal Provisions clause entitled "Termi~ Delay -- Time l~x/~nsi~ns~' the. s/,u~ day o( delay. §. UTILITIES.; The C'ontrgcto~ schedule its work accordingly in mi the construction period. The Contr make the necessary arrangem~ authorities for the connections contract. l SECT o ,c- SUBMI rA [ 1. SCHEDULE OF SUBMIT'I days after receipt of notice to prece~ Architect-Engineer, in duplicate, a. furnished for review and approve example, the schedule shall include and manufacturer's literature, tea! of compliance, material samples, shall indicate the type of item, Contractor's scheduled dates fox projected needs for approval ar preparing the schedule adequate ti in the mails) shall be allowed fo: resubmittals. Also, the scheduli approved construction progress and/or up-date the schedule as made available 'to the Architec: dra~4ng material submittal regis' Conference Manual which will b Preconstruction Conference. 2. SHOP DRAWINGS AND lq drawings and related data shall ¢ 63, "Shop Drawings, Coordinati GENERAL PROVISIONS and a Architect-Engineer, the reprod' received such approval by being shall make any corrections requi Contractor considers any corre constitute a change to the contrac required under clause entitled ttion for Bid, PS Form ction Contract Specifi_cations ~D PROGRESS] ',UTION AND COMPLETION nmence work under this contract ~ecute said worl~ diligently, ~d not later than I80' calendar d. The time stated for completion ~/: Evidence that the Contractor s, preparation and submission of tracts and other preparatory work ~ commence upon receipt of Notice be commenced at the construction ',TION AND LIQUIDATION case the Contracting Officer ting and/or specified maintenance struction period, such work will be ~edule and liquidated damages during the first sodding and/or aintenance period following the case of failure on the part of the [n the time fixed in the contract or tot shall pay to Postal Service as nages, pursuant to the General ation, for Default -- Damages for of $700. O0 fo~.ea~" calendar shall cooperate fully and shall king connections to utilities during ictor shall contact, coordinate, and ~te with the proper respective the utilities required under the kLS: Within thirty (30) calendar d, the Contractor shall submit to the ~chedule listing all items that will be I action by the Postal Service. For among other things, shop drawings procedures, test results, certificates nd special g~arantees. The schedule ontract requirement reference, the submitting the above items and swers and procurement dates. In ne (10 days or more exclusive of time . review and approval and possible ~g shall be coordinated with the :hart. The Contractor shall revise ~:ted. Such revised sche~, ules s. ha!l be .Engineer for monitonng. A shop .~r is contained in a preeonstruction furnished to the Contractor at the :.LATED DATA: Submittal of shop ,n form to the requirements of Clause n Drawings and Schedules" of the ~ specified herein. If approved by the cible will be identified as having o stamped and dated. The Contractor red by the Architect-Engineer. If the ,,tion indicated on the drawings to [ drawings or specifications, notice as "Changes" will be given'to the %u~ust 27, 1981 Contracting Officer. Four prints of all approved shop draw/ngs shall be given to the Architect-Engineer. The approval of the drawings by the Architect-Engineer shall not be construed as a complete check, but will indicate only that the general method of construction and detailing is satisfactory. At:pmval of shop drawings will not relieve the Contractor of the responsibility for any error which may exist nn the Contractor shall be responsible for the dimensions and design of adequate connections, details, and satisfactory construction of all work. The submission by the Contractor shall be accompanied by a transmittal letter of a type approved by the Architect-Engineer. 3. EQUIPMENT ROOM LAYOUT DRAWINGS: The Contractor shall prepare and submit equipment mom layout drawings if required by the TECHNICAL PROVISIONS and additionally for areas where equipment proposed for use could present interface or space difficulties. Submittal of room layout drawings shall be within 30 calendar days a~,er receipt of notice to proceed and shall conform to the requirements specified for shop drawings. Submittals describing the various mechanical and electrical equipment items which are to beinstalled in the areas represented by the layout drawings shall be assembled and submitted concurrently and accompanied by the room layout drawings. Room layout drawings shall be consolidated for ali trades, shall be to scale, and shall show all pertinent structural and fenestration features and other items such as cabinets required for installation and which affect the available space. All mechanical and electrical equipment and accessories shall be shown to ~.ale in plan and also in elevation and/or section in thei~ installed poaition~. Ductwork ~nd piping shall beshown. 4. MATERIAL, EQUIPMENT AND FIXTURE LISTS: Where required by the TECHNICAL SPECIFICATIONS, lists of materials, equipment and fixtures shall be submitted by the Contractor in' accordance with the requirements specified for shop drawings. The lists shall be supported by sufficient descriptive material, such as catalogs, cuts, diagrams, and other data published by the manufacturer, as well as evidence of compliance with safety and performance standards, to demonstrate conformance to the specification requirements; catalog numbers alon~ will not be acceptable. The data shall include the name and address of the nearest service and maintenance organization that regularly stocks repair parts. No consideration will be given to partial lists submitted from time to time. Materials, equipment and fixtures will not be approved for use at capabity ratings in excess of manufacturer's published data. Approval of mater/als and equipment will be tentative subject to submission o£ complete shop drawings indicating compliance with the contract documents. 5. CERTIFICATES OF COMPLIANCE: Any certificates required for demonstrating proof of compliance of materials with specification requirements, including mill certificates, statements of application and extended guarantees shall be executed in quadruplicate and furnished to the Architect-Engineer 10 days prior to delivery. It shall be Contractor's responsibility to review all certificates before submissions are made to the Architect-Engineer to insure compliance with the contract specification requirements and that the affidavit is properly executed prior to submission to the Contracting Office. Each certificate shall be signed by an official authorized to certify in behalf of the manufacturing company and shall contain the name and address of the Contractor, the project name and location and the quantity and date or dates of shipment or delivery to which the certificates apply. Copies of laboratory test reports submitted with certificates shall contain the name and address of the testing laboratory and the date or dates of the tests to which ~he report applies. Certification shall not be construed as relieving the Contractor from furnishing satisfactory material, if, after ~ests are performed on selected samples, the material is found not to meet the specific requirements. 6. ARCHITECT-ENGINEER REVIEW OF SUBMITTALS: Each submittal reviewed by the Architect-Engineer will be returned to the Contractor stamped or marked by the Architect as "APPROVED," "APPROVED WITH CORRECTIONS," or "DISAPPROVED." The Contractor is advised that: (al "APPROVED" means that fabrication, manufacture and/or construction may proceed providing the work is in compliance with the Contract Documents. (b) "APPROVED WITH CORRECTIONS" means that fabrication, manufacture and/or construction may proceed providing the work is in compliance with the Architect-Engineer's corrections and the Contract Documents. (c) "DISAPPROVED" means no work shall be fabricated, manufactured and/or constructed and that the Contractor shall make a new submittal to the Architect. Any submission marked "DISAPPROVED" will not be permitted on the site. 7. SPAHE PARTS DATA: Spare paris data shall be submitted in accordance with Clause 65 "Spare Parts Data," of the General August 27, 1981 Provisions. Also, see Section F of these 8. SAMPLES: Specified samples aha drawings in accordance with Clause 57 ofl drawings submitted without specified sa= ISECTIONID - TEMPORARY FACII 1. GENERAL: The Contractor shall be temporary facilities and services require~ comply with OSHA and other applicable 2. PROJECT SIGN: The Contract~ construction project sign at the location Officer. The sign facing shall be fumish~ posts, braces, e~c., are to be furnished by 3. BULLETIN BOARD: The Contract~ a job bulletin board. The Bulletin B~ conspicdous place within 15 calendar day Bulletin Board will remain the property o removed upon completion of the work. Th be posted on the Bulletin Board: (al The Department of Labor Wage Rat, this contra~. (b) Equal Employment Opportunity an, by the Postal Service. (c) Emergency Procedures 4. CONSTRUCTION - USE UTILI' arrange with the local utility companies l required by him for construct/on under t costs in connection therewith. The Contra, make all temporary connection and i= temporary lines shall be maintained workmanlike manner satisfactory to ~ ~ be removed by the Contractor in like mare the construction. In USPS-occupied fac electricity, gas and water used to make tim systems and used for training of USPS p the Postal Service from permanent conm 5. TEMPORARY ELECTRICITY: (al Temporary Power and .Costs: serving utility for power. Pay deposits, ins switches, and outlets necessary to provid~ and power for construction purpose. ~ construction and for removal of all teml~ (b) Safety: (1) Provide and maintain damage or injury. (2) Illuminate all hazan burning from dusk to dawn. (c) Requirements of Regulatory Al required by local governmental autho~ required across private property other temporary power service. Comply with 1~ applicable local codes and utility regula~ (d) Use of Permanent System: Reguh electrical system which is used for cons interference with safety and the orderly permanent electrical services in a conditi (el Materials: The mate:'ials may bi adequate in capacity for the purposes n unsafe conditions or violate the requireme Contractor's option, patented spedahy I approved. (I) Conductors: Use wire, ca type, sized in accordance with the Nati applied loads. Use only UL approved wit if) Equipment: Provide appropriate e~ in which used in compliance with NEM,~ (gl Installation: Provide all req transformers, conductors, poles, conduit~ fixtures and lamps. Locate so that iQ materials handling equipment, storage l under other contracts is avoided. Install al appearance. Make structurally sound ti continuous service and to provide safe service as job progress requires. (h) Removal: Remove all temporar~ completely upon completion of conatructi~ by the installation and restore satisfacto 6. TEMPORARY HEATING AND ~ecial Provisions. be submitted with shop he General Provisions. Shop )les will not be approved. TIES AND SERVICESI esponaible for providing ali to complete the work and to regulations. r shall install a 4' x 8' selected by the Contracting d by the USPS, but backing, the Contractor. ,r shall provide and maintain ard shall be erected in a after Notice to Proceed. The ,~the Contractor and shall be following information shall Decision included as part of I Safety Posters as furnished "lES: The Contractor shall or gas, water, and electricity ~.is project and shall pay ail :tot shall, at his own expense, stall distribution lines. All by the Contractor in a :ontracting Officer and shall er prior to final acceptance of ~hties, normal quantities of ~l tests of completely installed .,rsonnel will be furnished by orions. Make arrangements with mil equipment, poles, wiring, adequate supply for lighting ay for current used during ~rary equipment. lights and signs to prevent ioas areas. Keep safety lights [encies: Obtain permits as /ties. Obtain easements as hah that of the Owner for ational Electrical Code, and ohs. ~te any part of the permanent '.ruction purposes to prevent progress of the work. Leave on as good as new. new or used, but must be ,tended and must not create ate of applicable codes. At the ~aterials may be used if UL bio or busses or appropriate mai Electrical Code for the clo~ures for the environment · standards. lired facilities, including ~, raceways, fuses, switches, terference with cranes and teas, traffic areas and work ; work with a neat and orderly ,roughout. Maintain w give working conditions. Modify , equipment and materials m. Repair all damage caused -y condition. 'ENTILATION: See Clause $$ of the General Provisions and Modifications of General Provisions for Fixed-Pr/ce Construction Contracts (PS Form 7391) Oct. 1979 Edition. 7. TEMPORARY WATER: Prov/de and maintain a temporary water supply system, for building purposes, extending branches to convenient points and terminating same with a proper stop and hose connection. Before any paving is laid, the temporary supply shall be removed and the tap in the main supply properly capped. 8. SANITARY PROVISIONS: Provide and maintain in a neat and sanitary condition such sanitary conveniences and accommodations for the use of the construct/on personnel as may he necessary to comply with the requirements and regulations of the Department of Health or other bodies having jurisdiction. 9. INGRESS AND EGRESS: (a) The Contractor eh-il provide all nece~ary approaches and exits required to properly execute the work. (b) In connection therewith, the Contractor shall make provision for temporary drainage, as the site must Be kept free from standing water at all times. 10. FIELD OFFICE: The Contractor shall furnish at its own expense, a temporary building or trailer to service as the Field Office facility. Location shall be coordinated w/th the Architect-Engineer. The entire temporary Field Office facility will remain the property of the Contractor and shall be removed from the sits after completion of the I sE ION EXEC ION OF WORK! I. LAYOUT OF WORK: The Contractor shall lay out its work from Postal Service established base lines and bench marks indicated on the drawings and shall be responsible for all measurements in connection therewith. The Contractor shall furnish, at its own expense, all stakes, templates, platforms, equipment, tools, and mater/als and labor as may be required in laying out any part of the work from his base lines and bench-marks established by the Postal Service. The Contractor will be held responsible for the execution of the work to such lines and grade~ as may be established or indicated by the Contracting Officer. 2. CONTRACTOR'S TEMPORARY USE OF FACILITIES AND EQUIPMEN'T: No new fac/lities or equipment intended for the permanent installation including material handling vehicles shall be used for temporary purpos~ unle~ spec/fled or with the written permission of the Contracting Officer. SECTION IF - OPERATION AND MAINTENANCE [ MANUALS, INSTRUCTIONS, AND TRAINING ]' I. MANUALS: In addition to the shop drawings, coordination drawings, schedules, and other descriptive literature submitted for approval, the Contractor shall furnish to the Architect operating and maintenance manuals for each item of operating equipment and systems. (a) The manuals shall include copies of all submittals, schedules, caualogue data, illustrations, performance curves and rating data, wiring and control diagrams, Manufacturer's installation, operating and maintenance instructions, including safe operating procedures and requirements, spare parts lists (See Clause 65 General Provisions.) and other pertinent information for all specified equipment and systems. (b) The manuals shall include the names, addresses and telephone numbers of the Subcontractor installing the equipment and systems, and the local service representatives for each item of equipment and each system. (c) The manuals shall contain all warranties and guarantees as required and/or furnished within the contract. (d) The manuals shall be hardbeund, three ring notebooks with a plastic cover, index, index tabs, and properly and permanently titled on the front and edge. (e) The manua!a shall be submitted in three (3) copies a minimum of thirty (30) days pr/or to commencement of any instruction period, or if this is not specified, thirty 130) days prior to final acceptance by the Postal Service. 2. INSTRUCTION AND TRAINING: The Contractor will be responsible for posting operating instructions, where required, and for training local Post Office and maintenance personnel in operation and maintenance of equipment. SECTION 1G - ENVIRONMENTAL PROTECTION DURING] CONSTRUCTION , I. SCOPE: The work covered by this section consists of furnishing all labor, material and equipment and per~ prevention of environmental pollutioz construction operations under this con' set forth in the Technical Specification~ special provision, environmental poilut chemical, physical or biological eleme affect human health or welfare; un favor importance to human life; affect other 'de,Tads the utility of the environment purposes. The control of environmental ' of air, water, and land, and involves noh management of radiant energy and rs other pollutants. 2. APPLICABLE REGULATIONI provide for abatement and control of arising from the construction activiti~4 contractors in the performance of this c all applicable Federal, State, and local Is environmental pollution control and al requirements stated elsewhere in the c 3. NOTIFICATION: The Contrac Contractor in writing of any non-c~ provisions. The Contractor shall, immediately take corrective action. Sm Contractor or its authorized rspresentat be deemed suffident for the purpose. Ift comply promptly, the Contracting Offi¢ all or part of the work until satisfac~ taken. No part of the time lost due to the subject of a claim for eXtension of tin by the Contractor unless it was later was in compl/ance. 4. SUBCONTRACTORS: Complial section By subcontractors shall be the r 5. IMPLEMENTATION: Prior to c~ Contractor shall meet with representati' develop mutual understanding relat provision and administration of the e~ program. 6. PROTECTION OF LAND RESC land resources within the project bourn permanent work performed under this present condition or be restored to a construction that will appear to be na appearance of the project. Insofar as confine its construction activities to ~ specifications. The following additions supplement and clarify the requireml Provisions. (a) Prevention of Landscape Dt marked on the plans to be cleared, th injure, or destroy trees or shrubs, nor rs~ authority. No ropes, cables, or guys shl any existing nearby trees for anchorage by the Contracting Officer. Where s permitted, the Contractor shall first ad sufficient thickness of burlaps or rags c be tied before any rope, cable or wire is any event be responsible for any daml When earthwork operations are liable, iJ Officer, to cause rock to roll or otherwise provided for ad] acent areas. Mos umentz be protected similarly before beginn Fr:cc.--:~u:'-i:= sk~:'cy :.;.~ludl;.~ _L _. Cu, h ~c;i,,g {b) Restoration of Landscape landscape feature scarred or damaged operations shall be restored as nea~ condition at the Contractor's expense decide what method of rsstoration shall trees shall be treated and healed or ~ requirements for clearing and grubbin! (c) Location of Storage ~nd Housi the project site of the Contractor's s~ buildings, or trailers required tempors work, shall be upon cleared portions oft and shall require concurrence of ,truing all work required for the · during and aa the result of ,tact except for tho~e measures ~ herein. For the purpose of this ,on is defined as the presence of ats or agents which adversely ~bly altsr ecological balances of pecies of importance to man, or for aesthetic and recreational )ollution requires consideration e, ~olid waste management and dioactive materials, ns well aa ~: In order to prevent, and to any environmental pollution of the Contractor and its sub- ~ntract. they shall comply with we. and regulatiorm concerning ,atement as well as the specific retract specificatiorm. -~es-e~, :lng Officer will notify the mplianre with the foregoing Per receipt of such notice, h notice, when delivered to the ire at the sits of the work, shall ~e Contractor fails or refuses to er may issue an order stopping ~ry corrective action has Been ' such stop orders shall be made · or for eXcess costs or damages etermined that the Contractor ce with the provisions of this .,sponsibility of the Contractor. mmencement of the work, the ~es of the Contracting Officer to ye to compliance with this ~vironmental pollution control URCES: It is intended that the Laries and outside the limits of contract be preserved in their condition after completion of ;ural and not detract from the possible, the Contractor shall ~roos defined by tl~e plans or I requirements are intended to nts contained, in the General facementa: Except in areas ; Contractor shall not deface. ~ove or cut them without special dl be fastened to or attached to s unless specifically authorized ~ch special emergency use is ~uately wrap the trunk with a ~er which softwood cleats shall placed. The Contractor shall in ge resulting from such use. (1) ~ the opinion of the Contracting ~e displaced, protection shall be , markers and works of art shall ng operations near them...A-- )ornate: Any trees or other f the Contractor's equipment or fy aa possible to its original The Contracting Officer will be used, and whether damaged ,moved and disposed of under :. ug Facilities: The location on orate and other construction rily in the performance of the ~e job site or areas to be cleared, ~e Contracting Officer. The August 2~, 11.981 preservation of the landscape shall be an imperative consideration in the selection of all sites and in the construction of buildings. Where temporary buildings or platforms are constructed on sidehilis, the Contracting Officer may require Cribbing to be used to obtain level foundations. Benching or leveling of earth may not be allowed, depending on the location of the proposed facility. (d) Temporary Excavation and Embankanenta: If the Contractor propose~ to construct temporary roads or embankments and excavations for plant and/or work areas, it shall submit the following for approval at least thirty (30) days prior to schedule start of such temporary work. (1) A layout of all temporary roads, excavations and embankments to be constructed with the work area. (2) Details of Road Consta'uction as required in Section 1E. (3) Plans and cross sections of proposed embankments and their foundatiorm, including a description of proposed materials. (4) A landscaping plan showing the proposed restoration of the area. Removal of any necessary trees and shrubs outside the limits of existing clearing or quarry area shall be indicated. The plan shall also indicate location of required guard posts or barriers required to control vehicular traffic passing doze to trees and shrubs to be main tained undamaged. The plan shall provide for~e obliteration of construction scars as such and shall provide for a reasonably natural appearing final condition of the area. Modification of the Contractor's plans shall be made only with the written approval of the Contracting Officer. No unauthorized road construction excavation or embankment construction (including disposal areas) w/Il be permitted. (e) Post-Construction Clean-Up or Obliteration: The Contractor shall oblitsrate all signs of temporary construction facilities such as haul road, work areas, structures, foundations oftemporury structures, foundations of temporary structures, stockpiles of excess or waste materials, or any other vestiges of construction as directed by the Contracting Officer. It is anticipated that excavation, filling and plowing of roadways will be required to restore the area to near natural conditions which will permit the growth of vegetation thereon. The disturbed areas shall be graded and filled as required, and topsoil shall be spread to a depth of approximately 6 inches over the entire area and the entire area seeded. Restoration to original contours is not required. No separate or direct payment will be made for post-construction clean- up or obliteration and all costs thereof shall be considered incident to and included in the applicable contract unit price itertm requiring, such temporary facilities. 7. RECORDING AND PRESERVING HISTORICAL AND ARCHEOLOGICAL FINDS: All items having any apparent historical or archeological interest which are discovered in the course of any construction activities shall be carefully preserved. The Contractor shall leave the archeological find undisturbed and shall immediately report the find to the Contracting Officer so that the proper authorities may be notified. 8. PROTECTION OF WATER RESOURCES: The Contractor shall not pollute streams, lakes or reservoirs with fuels, oils, bitumens, calcium chloride, acids or harmful materials. It is the responsibility of the Contractor to investigate and comply with all applicable Federal, State, County and Municipal laws concerning pollution of rivers and streams. All work under this contract shall be performed in such a manner that objectionable conditions will not be created in streams through or adjacent to the project area. (a) Erosion Control: Prior to any major construction the Contractor shall submit a plan for approval by the Contracting Officer showing its scheme for controlling erosion and disposing of waste. (1) Surface drainage from cuts and fills within the construction limit, whether or not completed, and from borrow and waste disposal arelm, shall, if turbidity producing materials axe present, be held in suitable sedimentation ponds or shall be graded to control erosion within acceptable limits. Temporary erosion and sediment control measures such as berms, dikes, drains, or sedimentation basins, if required to meet the above standards, shall be provided and maintained until permanent drainage and erosion control facilities are completed and operative. The area of bare soil exposed at any one time by construct/on operations should be held to a minimum. Stream crossings by fording with equipment shall be limited to control turbidity and in areas of frequent crossings temporary culverts or br/dge structures shall be installed. Any temporary culverts or bridge structures shall be removed upon completion of the project. Fills and waste areas shall be constructed by seieC~ive placement to eliminate stirs or clays in the surface that will erode and contaminate adjacent streams. (b) Spillages: At all times of the year, special measures shall be taken to prevent chemicals, fuels, oils, grease, bituminous materials, waste washings, herbicides and insecticides, and cement and surface drainage from entering public waters. {c) Disposal: Disposal of any materials, wastes, effluents, trash, garbage, oil, grease, chemicals, etc., in areas adjacent to streams shall be subject to the approval of the Contracting Officer. If any waste material is dumped in unauthorized areas the Contractor shall remove the material and restore the area to the condition of the adjacent undisturbed area. If necessary, contamir excavated, disposed of as directed by the ( replace with suitable fill material, compacted all at the expense of the Contractor. 9. PROTECTION OF FISH AND WILl shall at all times perform all work and tak prevent any interference or disturbance to Contractor will not be permitted to alter water ~ native habitat adjacent to the project area wl~ Contracting Officer, are critical to fish or wile of water will not be permitted. Wash wat~ processed, filtered, ponded, or otherwise trca into the river or other body of water. 10. JANITOR SERVICES: The Contra, janitorial asrvices for the offices, shop, and project site and perform any required main grounds as deemed nec~cary by the Contra entire life of the contract. To/let faailifies . sanitary at all times. Services shall be perfon such a manner to least interfere with the accomplished only when the buildings are oc accomplished to the satisfaction of the C Contractor shall provide daily trash collecl buildings and adjacent outside areas, snow ten dispose of all discarded debris, aggregate m samples in a manner approved by the Contra( payment will be made for these Cantractor-f~ costs thereof shall be incidental to the contra 11. DISPOSAL OF CLEARED MATER! timber, dead timber, branches and brush 7 in~ shall be chipped. All cut timber, dead tirol floatable and combustible material over 7 int trimmed and cut into approximately 4-foot lm materials, wood fenceposts, and other miscl shall be hauled to stockpiles indicated on the I as may be approved by the Contracting Of deposited in these areas in piles or windrows ~ directed. At the option of the Contracting'( spread over worksite areas as a duet preventiv within the project area as a mulch for plantini be only in areas where the wood chips will n washed into streams by rainfall runoff, i fenceposts and miscellaneous wood material i piles in the above areas at such locations as wi shall be burned at the site of the project. MaW by burying or by removal. Materials dispo~ buried at locations approved by the Contra: covered with not less than 2 feet of earth mat will be natural or excavated depressions in t~ not subject to erosion from streams flow reasonable effort shall be made by the Contra of value resulting from clearing operations Contractor may, at no cost, retain for his own otherwise any such materials of value. Such t from the project area before the date of compte specifications. The Government assumes = protection or safekeeping of any materi~ Contractor. 12. DUST CONTROL: The Contractor wi] all excavations, embankments, stockpiles, access roads, plant sites, waste areas, borrow areas within or without the project boundas would cause the standards for air pollution [] to be exceeded or which would cauas a hazs Approved temporary methods of stabiliz-,tior a chemical treatment, light bituminous treai will be permitted to control dust. Speinl~ling repeated at such intervals as to keep all pari least damp at ail times, and the Contraci competent equipment on the job to accompIist Dust control shall be performed aa the work dust nuisance or hazard occurs. No separate made for dust control and the cost thereof aha~ to and included in the contract price. 13. MAINTENANCE OF POLLI FACILITIES DURING CONSTRUCTIO contract the Contractor shall maintain all pollution control under this contract as long I the particular pollutant are being carried ~ concerned has become stabilized to the extent ated ground shall be lontracting Officer, and ~nd finished with topsoil )LIFE: The Contractor .. such steps required to fish and wildlife. The lows or otherwise disturb ich, in the opinion of the life. Foulin~ or pollutin~ rs and wastes shall be ~ prior to their release .'mr shall furnish daily other buildings on the enance of facilities and cting Officer during the uhall be kept cleero and ~ed at such a t/me and in operations but will be ~upied. Services shall be ~ntracting Officer. The ion and cleanup of the ~oval in season, and shall mples and concrete test ting Officer. No separate rnished se~wices, and ali AL: AH cut timber, down :hes and less in diameter :r, branches, and other ~es in diameter shall be tits. Such chips and cut llaneous wood material, lass or to other locations lc'er. The chips shall be ~t such location as will be fficer, the chips may be e measure or may be used a. However, such use will )t be susceptible to being ;ut mateeial and wood ihall be neatly stacked in I be directed. No material rials shall be disposed of d of by burying shall be ing Officer and shall be :rial. Approved locations m project area which are or wave act/on. Every ff~or to channel materials into beneficial use. The use or disposal by sale or mterial shall be removed tion of the work under the o ~sponaibility for the ~is as retained by the IIm required to maintain ha~l roads, permanent areas, and all other work lee free from dust which entioned in Paragraph 2. rd or nuisance to others. ~,,i_~ting of sprinkling, merit or similar methods lo i~e approved, must be s of the disturbed area at or must have sufficient thi~ if sprinldin g is used. ~roceeds and whenever a or direct payment will be I beconsidered incidental ]TION CONTROL ~: During the life of this facilities constructed for ~ the operations creating ut or until the material ;hat pollution is no longer August 27, 1981 4 being created. During the construction period the Contractor should conduct frequent training courses for hie maintenance personnel. The curriculum should include methods of detection of pollution, familiarity with pollution standards, and installation and care of vegetation covers, plants and other facilities to prevent and correct environmental pollution. ' sSECTiON 1H -- MINORITY.BUSINESS ENTERPRISE] UBCONTRACTING GOALS , (a) The Contractor shall subcontract with minority business firms in an amount aggregating not less than 5 percent of the total dollar value of its subcontracts. The Contractor shall have the right to determine which materials, supplies, equipment and/or work is to be subcontracted to, or purchased from, minority business firms in order to meet the percentage specified above. For the purpose .of meeting the above specified goal, the Contractor may include ONLY the amount of: each first tier subcontract or purchase with a minority business iln)terprise; (2)each subcontract between a first tier subcontractor which is not a minority business enterprise and a second tier subcontractor or supplier which is a minority business enterprise; and, (3) each subcontract award to or purchase from a minority business enterprise at any lower tier provided that none of the higher tier subcontracts in the chain of sub-contracting is a minority business enterprise. (b) In addition to report required under Clause 45 of the General Provisions, the Contractor shall submit, no later than thirty (30) calendar days after award of contract and on each calendar year quarter thereafter, to the Contracting Officer on the Report of Minority Business Enterprise Subcontracting Program form attached hereto, the information required. (c) If the aggregate amount of the minority business subcontracts awarded, or to be awarded, is less ti Contractor may be deemed to be in br, unless it submits, within such time as but not more than fifteen (15)calends information which the Contractiz demonstrate that the Contractor has effort to meet the requirement. This ir of each firm solicited for a quotatic quoted by each, whether or not th business and thereason for not subco~ firm when applicable. The Contracto: maximum minority buaines parficii Small Business Administration, contractor organizations, communit of names of minority buainees firms furnishing the materials. (d) If the Contracting Officer fi~ awarded the specified percentage st has failed to demonstrate that the C faith effort to comply, the Contracti terminate all. or a portion, of the conl Contrac~r and its surety shall be lis of termination pursuant to Clause 4 (e) In the event the Contractor ! minority business firm or terminat business firm who was included i paragraph (b). above, the Contrac~ Officer within thirty (30) calendl subcontract with another firm ~ demonstrate that it made every go justifiable reason not to award to a an the specified percentage, the ach of its contractural obligation ~he contracting officer may allow, ! days from the date of the request, ~g Officer deems adequate to ~ade every reasonable good faith formation shall include the name on each subcontract, the price firm solicited was a minority racting with a minority business shall describe its efforts to obtain etlon such as by contacting the trade organizations, minority , organizations and other sources :apable of performing the work or .d~ that the Contractor has not ired in paragraph (a) herein, and retractor made a reasonable good ng Officer shall have the right to ract for default, in which event the )le to the same extent as in the case ,, PS Form 7391. ,ils to award a subcontract to a a subcontract with a minority the submission required under shall so notify the Contracting days and, in addition, shall ~o is a minority business or xi faith effort and had valid and minority business firm. SECTION 1H - MINORIT! BUSINESS ENTERPRISES SUBCONTRACTING GOALS - CONTINUED APPLICABLE TO CONTRACTS ~500,000.00 And Above: Prior to award of the c~ntract, the apparent low bidder will be required To furnish a breakdown of substantially all' Minorlty Business Enterprises (MBE) sub-contractors (iqcluding suppliers) which the bidder expects to e~ploy on the contract in conformity with the MBE l,ubcontracting Goals. The breakdown should include the MBE subcontractor's name, address, and estin ated sub-contract amount. August 27, 1981 ATTACF~ENT Report of Minority Business Enterprise (MBE) Subcontracting Program Contractor Name/Address: Projec SEE SECTION 1H) PART I - MBE SUBCONTRACT AWARDS Minority Group Name/Address & Type Work Award Date (Note: MBE listed above must execute PS Form 7319-c,-"Repre~¥nta'ti, tions (Business Data)~" A copy must be attached when an MBE first a PART II SOLICITATIONS TO MBE FOR BIDS ON PROJECT (EXCLUDE MBE IN Name/Address Minority Group Bid Received Yes No t Location: Contrac No.: Reas Award Amount )ns and Certifica- ~pears above) 'ART PART 111 - OTHER GOOD FAITH EFFORTS TO SECURE MBE PA~¥i'CIPATION (D)scribe) (use continuation sheets as neces ITitle: Witness: Signature and Date: )n for Rejection sary) August 27, 1981 6 SUPPLEMENT TO SPECIAL PROVISIONS Section lA, Paragraph 8 Add to subparagraph (a): Each month take a minimum of 12 photographs to show progress over Contracting Officer will choose direction of photographs. Section lA, Add subparagraph 10. Miscellaneous contract expenses The contractor shall include in his bid price the cost of the fol Water Connection Fee $200.00 Section 1C, Paragraph 6 Add: See Section 01340 for additional requirements for submittals. Section 1D, Paragraph 5 Add to subparagraph (a): Include costs of meters to include fees, deposits, furnishing and as applicable. Section 1D, Paragraph 7 Add: Include costs of meters to include fees, deposits, furnishing and as applicable. Section 1D, Paragraph 10 Add: USPS FIELD OFFICE: Within 15 days prior to construction start, C furnish a building or trailer, with a minimum of 800 square feet to serve as a USPS temporary field office facility. Locate where Reserved for Postal Service use only. Provide and maintain drink facilities, adequate lighting, ventilation, heating, air conditio a copy machine, and a partition enclosed chemical toilet. Provid utility services and telephone services (3 instruments), and pay services except long distance phone calls. Furnish with one draf stool, one plan rack, three desks and six chairs. Provide a sepa conditioned and heated space of not less than 400 square feet for room. Furnish conference room with a conference table with space and 20 chairs. It must be adjacent to USPS Field Office. Used f building and used furniture and equipment, in good condition, wi Equip entrance doors with substantial locks. Furnish janitorial building is provided, construct so as to be easily moved. Reloc twice during Contract, if so directed. Provide all weather vehic pedestrian access and all weather parking areas for six cars at f location. Entire temporary field office facility, including furn remain property of Contractor. Remove from site after completion entire site. lowing charges: removal costs removal costs ontractor of floor space, directed. ing water ing equipment, hook-up to ~ost of all ting table with rate air a conference for 20 chairs, ield office 1 be acceptable. service. If a te building ular and eld office ture, will of the Work. Section 1D, Add subparagraph 11. Project sign Provide and maintain a construction project sign at location dire¢ Contracting Officer. Size and layout will be furnished. Erect s start of work. Leave sign in place after completion of work. Section 1G, Paragraph 11 To second last sentence add: And related Contract Documents. ted by gn prior to ~rI ~ x 5CKEEIq FAINTED 51GN PKOVIOED DY U,~P~. ~Xrchl~ec~." q r "General C~n~rao+.or ' AkJO SPECIFIC FIRM NkMrr~ ARE TO 1SE §ILKSOKEENEO OK PAINTED IbY CONTRACTOI~. FKAME kklD I5)~C, KISOJklKD PIKOVIDEO DY CON'TKAC,TOI~. FUTUKA E~TKA I5OLD A~D LOWEK CAC~F,. SPECIFIC FII~M NAME~ FUTURA LIGHT TYPF~FA( g" C,J,P HF~IGI4T, UFFE~ IJPFEK CONSTRUCTION SITE SIGN STANDARD DETAIL FILE NO : DATE : 06-01-87 DRW'N BY: SCALE: 3/4" = 1~ - O' CHK'D BY: MEMPHIS FACILITI ES SERVICE CENTER DESIGN AND CONSTRUCTION DIVISION FCS: (1) UNITED STATES POSTAL SERVICE FACILITIES MANAGEMENT SYSTEM SUBCONTRACTOR INFORMATION IN FORM LOCATION OF WORK: CONTRACT NO: FINNO/SUB: PROJECT NO: CONTRACTOR: ADDRESS: AWARD DATE: AMOUNT: (1) COMPLETE FOR ALL FIRST-TIER SUBS AND SUBS BELOW FIRST-TIER OVER ~2000 * SUBCONTRACTOR NAME: * * STREET ADDRESS: * * CITY: * VALUE OF WORK SUBCONTRACTED: * * (2) SMALL BUSINESS: * 7 1-YES 2-NO STATE: DATE OF AWARD: (3)MINORITY ENTERPRISE: 1-YES ZIP CODE: TYPE OF CONTRACT: 2-NO * SUBCONTRACTOR NAME: * * STREET ADDRESS: * * CITY: STATE: ZIP CODE: * VALUE OF WORK SUBCONTRACTED: * SMALL BUSINESS: DATE OF AWARD: TYPE OF CONTRACT: 1-YES 2-NO MINORITY ENTERPRISE: 1-YES 2-NO NOTES: (1) Entries by USPS-All others Contractor (2) A Small Business is one whose average annual receipts for last three years are less than the following: Subcontractors, $5,000,000: General Contractors, ~12,000,000; A/E's, $7,500,000. (3) All subcontractors and suppliers listed as Minority Business Enterprises must execute PS Form 7319-C, Representations and Certifications (Business Data) Executed forms to be submitted concurrent with quarterly report (4) Failure to submit these quarterly reports in accordance with requirements may result in delay of future payments. * SUBCONTRACTOR INFORMATION IN FORM * CONTINUATION SHEET * SUBCONTRACTOR NAME: * * STREET ADDRESS: . . CITY: * * VALUE OF WORK SUBCONTRACTED: * (2) SMALL BUSINESS: * 1-YES 2-NO STATE: DATE OF AWARD: (3)MINORITY ENTERPRISE: 1-YES ZIP CODE: TYPE OF CONTRACT: 2-NO * SUBCONTRACTOR NAME: * * STREET ADDRESS: . CITY: * * VALUE OF WORK SUBCONTRACTED: , SMALl, BUSINESS: * 1 -YES 2-NO STATE: DATE OF AWARD: MINORITY ENTERPRISE: 1-YES ZIP CODE: TYPE OF CONTRACT: 2-NO * * * * * * * SUBCONTRACTOR NAME: * * STREET ADDRESS: ~r . CITY: * * VALUE OF WORK SUBCONTRACTED: * * (2) SMALL BUSINESS: * 1-YES 2-NO STATE: DATE OF AWARD: (3)MINORITY ENTERPRISE: 1-YES ZIP CODE: TYPE OF CONTRACT: 2-NO Page I of U.S. POSTAL SERVICE i~"'~' "~ REPRESENTATIONS AND CERTIFICATIONS . ....... (Business Data) Name and Address of Offeror (No. and Street, Apr/Suite No., City, County, State and ZIP + 4) Solicitation or Order No. Date of Offer or Order The U.S. Postal Service is Cooperating With Other Agencies of the Federal Government in the Collecting of The Offeror is Requested to Check the Appropriate Block(s) Contained on This Form. NOTE: Offers MUST set forth full, accurate and complete information as required by this solicitation making false statements in offers is prescribed in 18 U.S. ~ 1001. Concerning Contract zva~ attachmentsI. The penalty for Definitions 1. SMALL BUSINESS CONCERN. A small business concern for the purposes of Postal Service procurement is a concern, including its affiliates, which is independently owned and operated, is not dominant in the field of opera- tions in which it is submitting an offer, and is of a size consistent with the standards set forth by SBA in CFR Part 121, or if no standard has been established, then of a size employing not more than 500 employees. (Also see PCM Section I, Part 7.) 2. MINORITY BUSINESS ENTERPRISE. A minority business enterprise is a concern of which at least 51 percent is owned by, and of which the management and daily business operations are controlled by, one or more mem- bers of a minority group. (For the purpose of this defini- tion, minority group members are United States citizens who are b/ack Americans, Hispanic Americans, Native Americans, Asian.Pacific Americans, or Asian-Indian Americans. "Native Americans" means American Indians, Eskimos, Aleuts, or native Hawaiians. "Asian-Pacific Americans" means those whose origins are in Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands, the Northern Mar/aha Islands, Laos, Kampuchea, or Taiwan. "Asian- Indian Americans" means those whose origins are in India, Pakistan, or Bangladesh.) 3. WOMAN-OWNED BUSINESS. A woman-owned bus/- ness is a business which is at least 51 percent owned, con- trolled, and operated by a woman or women. Controlled is defined as excercising the power to make policy decisions. Operated is defined as actively involved in the day-to-day management. 4. LABOR SURPLUS . A geographical area which at the time of award is either section of concentrated un- employment or underem ~ment, a persistent labor surplus area, or a substantial h~bor surplus area, as defined in this paragraph. (a) (b) Section of concentrated Jnemployment or underem- ployment means appropr~ sections of States or labor areas so classified by the Persistent labor surplus classified by the substantial and persisten Area of Substantial and of Labor. rea means an area which is lent of Labor as an area of labor surplus (also called Unemp!oyment) and (c) is listed as such by Department in conjunction with its publication Area Trends in l:'/nplo, vment and Unemplo)'ment. Substantial labor surplus area means an area which is classified by the'Depart~ent of Labor as an area of substantial labor surplus called Area of Substan- t/al Unemployment) that Department in Area Trends in Eh; 5. LABOR SURPLUS ARE will perform or cause to be portion of a contract in a which is listed as such by Jnction with its publication CONCERN. A firm which 'reed a substantial pro- surplus ~rea. 6. EDUCATIONAL OROT~ ER NON-PROFITORGANI- ZATION. Any corporation, I ~undation, trust, or other in- stitution operated for scienl or educational purposes, not organized for profit, nc of the net earnings of which inures to the profits f any private shareholder of individual. he Followin Blocks as are Applicable to the Entity Sub This Offer L;nec~ as iVl~llly ul tll~ i uHu,v,.u ~ ............ · . O~ ~ ~ of Business (__~ Check Type of Business W Educational or Other Ion.Profit Organization None of the Above ApIly to This Entity Labor Surplus Area Small Business Minority Business Enterprise Company Representative I Signature and Date Signed Printed Name and Title NOTICE OF REQUIREMENT FOR AFFIR,~IATI ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (Executive Order 11246 1. The Offeror's or Bidder's attention is called to "Equal Opportunity Clause" and the "Standard Federal Eqc Employment Opportunity Construction Contract Specificati set forth herein. 2. The goals and timetables for minority and female par tion, expressed in percentage terms for the Contractor' grate workforce in each trade on all construction work covered area, are included in the utilization table(s) These goals are applicable to all the Contractor' construction work (whether or not it is federal or feder performed in the covered area. If the contractor perfor tion work in a geographical area located outside of the it shall apply the goals established for such geographi( the work is actually performed. With regard to this se( contractor also is subject to the goals for both its re( involved and nonfederally involved construction. IE L1 )ns" :icipa- aggre- n the n this Notice. 'ally assisted) ms construc- covered area, al area where ond area, the Leral 1 y from this Jress, and ication the sub- subcontract; performed. 1 of 2 11/3/L~O tier for construction work under the contract resulting solicitation. The notification silall list the name, ad, telephone numaer of the subcontractor; employer identif number of the subcontractor; estimated dollar amount of contract; estimated starting and completion dates of th, and tile geographical area in which tile contract is to b. Tile Contractor's compliance with.the Executive Or(ler and the regulations in 41 CFR Part 60-4 shall be based on its iniplementation of the Equal Opportunity Clause, specific affirmative a(:tion obliga- tions required by the specifications set forth in 41CF~: 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform t~roughout the lenath of the contract, and in each trade, and the contractor shall mak~ a good faith effort to employ minorities and women~ as specified in Item 4 of this Notice, on each of its projects. The tr4ns~er of minority or female employees or trainees from Contractor to Cont~acuor or ~rom project to project for the sole purpole of meeting the ~ontrac~or's goals shall be a violation of the contract, the ExecutiVe Orde, and the regulations in 41 CFR Part 60-4. Compliance with the g~als will be measured against tile total wor~ hours performed. I 3. The Contractor shall provide written notification t,) the Director ' of the Office of Federal Contract Compliance Programs with 10 days of award of any construction subcontract in excess of $10,000 at any 4. As used in this Notice, and in the contract resulting this solicitation, the "covered area" is noted in the uti table(s) below: FEi~LE UTILIZATION (Area Covered: Nationwide) GOALS AND TIMETABLES Timetable Trade Until Further Notice (Area Covered: All UNTIL FURTHER NOTICE MINORITY UTILIZATION DALLAS County, TEXA~ *Al 1 *The above minority goal does not apply to contractor which are participating under a Hometown Plan approv by OFCCP and where this contract is to be performed the Geographical area covered by the'Hometown Plan. this instance, the participating contractors shall c with the goals of the Hometown Plan for all construc work performed under this contract. from ization Goals (Percent) $ ~mply ,ion 2 of 2 6.9 18.2 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246) I. As used in these specifications: (a) "Covered area" means the geographlcal area descrlbed In the sollcltation from which this contract resulted: (b) "Dlrector" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; (c) "Employer Identification number" means the 'Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. (d) "Mlnor lty"lncludes: (I) Black (all persons having origins in any of the Black African racial groups not of Hispanic orgln): (il) Hlspanic (all persons of Mexican, Puerto Rlcan, Cuban, Central or South American or other spanlsh culture or orlglns regardless of race): (Iii) Asian and Pacific Islander (all persons havlng orlglns in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Island; and (iv) ~erlcan Indian or Alaskan Native (all persons having orlglns In any of the orlginal peoples of North America and maintaining Identlflable tribal affiliations through membershlp and partlclpatlon or community identlflcation). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, It shall physically Include In each subcontract in excess of $10,000 the provisions of these speclflcatlons and the NOtice which contains the applicable goals for minority and female participation and which Is set forth in the sollcitatlons from which the contract resulted. 3. If the Contractor ls participating (pursuant to 41 CFR 60-4.5) In a Hometown Plan Approved by the U.S. Department of Labor in the covered area either individually or through an association, Its affirmative action obligations on all work In the Plan area (including goals and timetables) shall be In accordance with Tha Plan for those trades which have unions participating In the Plan. Contracators must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is Indivldually required to comply with Its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan In each trade In which It has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal In any approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall Implement the specific affirmative action standards provided in paragraph 7a through p of these specifications. The goals set forth in the sollcitatlon from which this contract resulted are expressed as percentages of the total hours of employment and tralnlng of minority and female utilization the Contractor should reasonably be able to achieve In each construction trade in which it has employees In the covered area. Covered Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work Is being performed. Goals are publlshed periodically in the Federal Register In Notlce Form, and such notices may be obtalned from any Office of Federal Contract Cc~pllance Programs office or from Federal procurement contracting officers. The contractor Is expected to make substantially uniform progress in meeting Its goals in each craft during the period specified. 5. Neither the provisio~ bargaining agreement, nor th whom the Contractor has agreement, to refer either excuse the Contractors specifications, Executive regulations promulgated puts 6. In order for the nonw apprentices and trainees to goals, such apprentices m Contractor during the tr Contractor must have made a apprentices and trainees at training subject to the a opportunities. Trainees mu= training programs approved Labor. 7. The Contractor shall actions to ensure equal em evaluation of the Contractc speclficatlons shall be bi achieve maximum results Contractor shall document shall Implement affirmative extensive as the following: (a) Ensure and malnta free of harassment, Intlmld~ sites, and in all facilltles employees are assigned to wc possible, will assign two constructlon project. specifically ensure that all and other on-site superviso~ and carry out the Contract~ such a working environment minority or female Individu or In such facllltles. (b) Establish and mai~ mlnorlty and female recr written notlflcatlon to recruitment sources, and t when the Contractor or opportunities available, an¢ organlzations responses. (c) Maintain a curre addresses and telephone num female off-the-street appll referral from a union, cemmunity organization and with respect to each Indlvldual was sent to t~ referral and was not referr by the union, or, If re Contractor, this shall be d the reason therefor, along actions the Contractor may (d) Provide Immediate Director when the unlon Contractor has a colleotl~ not referred to the Contra( woman sent by the Contract( has other Information that has Impeded the Contracto obllgatlons. (e)Develop on-the-job and/or participate in trait which expressly Include mln¢ upgradlng programs and al programs relevant to th~ needs, especially those pro~ the Department of Labor. TI notice of these programs to 7b above. (f)Dlssemlnate the Cor ~s of any collective e failure by a union with a collective bargaining nlnorltles or women shall )bllgatlons under these Order 11246, or the ~ant thereto. ~rklng tralnlng hours of be counted in meeting the jst be employed by the mining period, and the commitment to employ the the completion of thelr tallabillty of employment be trained pursuant to >y the U.S. Department of 'aka specific affirmative ~loyment opportunity. The ~'s compliance with these ~sed upon its effort to from Its actions. The ~hese efforts fully, and action steps at least as n a working environment tlon, and coercion at all at which the Contractor's rk. The Contractor, where or more women to each The contractor shall foremen, superintendents, 'y personnel are aware of "s obligation to maintain ~lth specific attention to ~ls working at such sites ~tain a current list of jitment sources, provide minority and female community organizations unions have employment maintain a record of the file of the names, )ers of each minority and ant and minority or female s recruitment source of of what action was taken :h Individual. If such e union hiring hall for ed back to the Contractor ~erred, not employed the ~umented In the file with wlth whatever additional ~ve taken. rltten notification to the ~ unions with which the ~ bargaining agreement has :tot a minority, person or r, or when the Contractor *he union referral process "s efforts to meet Its training opportunities lng programs for the area .rltles and women Including )renticeship and trainee Contractor's employment 'ams funded or approved by ,e Contractor shall provide the sources compiled under 'ractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation In assisting the Contractor In meeting Its EEO Obligations; by Including It In any policy manual and collectlve bargalning agreement; by publiclzlng it in the company newspaper, annual report, etc., by speclfic review of the policy with all management personnel and wlth minorlty and female employees at least once a year and by posting the company EEO policy on bulletin boards accesslble to all employees at each Iocatlon where construction work is performed. (g)Revlew, at least annually, the company's EEO policy and afflrmatlve actlon obligations under these speclficatlons with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions, lncludlng specific review of these Items with on-site supervlsory personnel such as Superlntendents, ~eneral Foremen, etc., prior to the Inltiatlon of construction work at any Job site. A written record shall be made and maintained Identifying the time and place of these meeting, persons attending, subject ma~-~er discussed, and disposition of the subject matter. (h)Dlssemlnate the Contractor's EEO policy externally by Including it in any advertlslng In the news media, specifically Including minority and female news media and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. (i)Dlrect its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to mlnority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notiflcatlon to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. (j)Encourage present mlnorlty and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the side and In other areas of a Contractor's workforce. (k)Valldate all tests and other selectlon requirements where there is an obligation to do so under 41 CFR Part 60-3. (I)Conduct, at least annually, and Inventory and evaluation at least of all minority and female personnel for promotional opportunltles and encourage these employees to seek or to prepare for, through approprlate tralning, etc., such opportunities. (m)Ensure that seniority practices, job classifications, work assignments and other personnel practice, do not have a discriminatory effect by continually monitoring all personnel and employment related activitles to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. (n) Ensure that all facilities and company actlvlfles are non-segregated except that separate or single user tollet and necessary changing facllitles shall be provlded to assure prlvecy between the sexes. (o) Document and maintaln a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, Including clrculatlon of sollcltatlons to minority and female contractor associations and other business associations. (pi Conduct a review, at least annually, of all supervisors adherrence to the performance under the Contractor's EEO pollcles and affirmative actlon obllgatlons. 8. Contractors are encouraged to participate in voluntary associations which assist In fulfilling one or more of their affirmative actlon obligations (Tm through pi. The efforts of a contractor association, joint contractor union, contractor community, or other similar group of which the co~ participant may be asserted a~ more of its obllgatlons under Speclflcations provided that participates in the group, mak, that the group has a positive of minorities and women In th~ the concrete benefits of the the Contractor's mlnority particlpation, makes a good Individual goals and timetable to documentation which demons- of actions taken on behalf obligation to comply, however, failure of such a group to ful not be a defense for the Contm 9. A single goal for mi noriti goal for wc~en have been estab however, Is required to pr opportunity and to take affl minority groups, both male an, both minority and non-minor Contractor may be in vlolatio~ if a particular group emplc disparate manner (for ex~ Contractor has achieved Its ge the Contractor may be In vic Order If a specific minorl under-utilized.) I0. The Contractor shall timetable or affirmative discriminate against any pe color, religion, sex, or natio II. The Contractor shall Subcontract with any person Government contracts pursuant 12. The Contractor shall cerr penalties for violatlon of th, the equal opportunity clause term inatlon and cancetlatlon as may be Imposed or ordere Order 11246, as amended, regulations, by the Offio Compliance Programs. Any ¢ carry out such sanctlons an. vlolatlon of these speclflcai 11246 as amended. 13. The Contractor, In ful under these specifications, afflrmatlve action steps, those standards prescribed specifications so as to achl its efforts to ensure equal If the Contractor fails requirements of the Executl~ regulations or these specl shall proceed In accordance w 14. The Contractor shall officlal to monitor all emplc ensure that the company EEO out, to sub~lt reports tel hereof as may be required keep records. Records shall e~ployee the name, addre construction trade, unton employee identlflcatlon numb security number, race, sex, apprentlce, trainee, helper~ changes In status, hours Indicated trade, rate of pa~ the work was performed. Ret In an easily understandabl however, to the degree that this requirement, contractor! maintain separate records. 15. Nothing herein provided Ilmltatlon upon the applica' establish different stander( the appllcatlon of require local or other area resider Public Works Employment Act Development Block Grant Progr tractor ls a member and i fulfilling any one or 7a through p of these. ~he contractor actively ~ every effort to assure Impact on the employment ~ Industry, ensures that ,rogram are reflected In and female workforce ~ith effort to meet Its and can provide access rates the effectiveness ~f the Contractor. The ls the Contractor's and fill an obligation shall ~ctor's noncompliance. es and a separate single Ilshed. The Contractor, avlde equal employment rmatlve action for all I female, and all women, ry. Consequently, the of the Executive Order ~ed In a substantially le even though the als for women generally, lation of the Executive ty group of women Is ~t use the goals and action standards to rson because of race, ~al origin. not enter into any or firm debarred from ~o Executive Order 11246. ~ out such sanctions and ~se specifications an~ of ~, Including suspension, of existing subcontracts d pursuant to Executive and its Implementing of Federal Contract ~ntractor who fails to penalties shall be in one and Executive Order filling its obligations shall implement specific least as extensive as in paragraph 7 of ~ve maximum results from employment opportunity. to comply wlth the Order, the Implementing ~Ications, the Director th 41CFP 60 4.8. lesignate a responsible yment related activity to policy is being carried atlng to the provisions y the ~3vernment and to at least Include for each SS, telephone numbers, affIIiatlon, if any, ~r when asslgned, social status (e.g.. mechanic, or laborer), dates of #orked per week In the ,, and locations at which :ords shall be maintained · and retrievable form; exlstlng records satisfy shall not be required to shell be construed as a ~lon of other laws which Is of compliance or upon ~nts for the hiring of ts (e.g. those under the of 1977 and the Community am.) CLAUSE 12 13A 13B '14 15 '16 17 18 19 20 21 22 23 24 25 GENERAL PROVISIONS FOR FIXED-PRICE CONSTRUC' TITLE PAGE * 1 Defmitions ......................... 2 2 Authorities and Limitations ............... 2 3 Conditions Affecting the Work ............. 2 '4 Claims and Disputes ................... 2 *S Disputes Concerning Labor Standaxds ......... 2 6 Changes .......................... 3 7 Differing Site Conditions ................. 3 *8 Equitable Adjustments .................. 3 9 Suspension of Work .................... 4 *10 Termination for Convenience of the Postal Service ....................... 5 *11 Termination for Default-Damages for Contractor Delay-Time Extensions ................. 6 Contract Modifications .................. 6 Postal Service Property .................. 6 Postal Service Property (Short Form) ......... 8 Performance of Work by Contractor .......... 8 Superintendence by Contractor ............. 8 Material and Workmanship ................ 9 Working Hours ...................... 9 Use.of Premises ...................... 9 Other Contracts ...................... 9 Subcontracts ........................ 9 Indemnification ...................... 9 Contract and Bonds .................... 9 Additional Bond Security ................ 9 Audit-Price Adjustments ................. 9 Subcontractor Cost and Pricing Data-Price Adjustments ................. 9 26 Certificate of Current Cost or Pricing Data ...... 10 27 Price Reduction for Defective Cost or Pricing Data-Price Adjustments ............. 10 28 Covenant Against Contingent Fees ........... 10 29 Officials Not to Benefit ................. 10 *30 Gratuities ......................... 10 31 Permits and Responsibilities ............... 10 32 Federal, State, and Local Taxes ............. 10 33 Assignment of Contract and Claims ........... 11 34 Buy American ....................... 11 35 Payments .......................... 11 36 Certification of Payment ................. 12 37 Furnishing Information and Records .......... 12 *Revised PS Form 7391, July 1984 (p. I of 19) CLAUSE 38 U.S. Postal Service Rigl and Data (Unlimited]. 39 Patent Indemnity... 40 Notice and Assistance f and Copyright Infringe~ 41 Authorization and Con: 42 Equal Opportunity.. 43 Participation of Small t Minority Business/Ente *44 Reporting Small Busine Enterprise Participatior *45 Utilization of Minority i'ION CONTRACTS *47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 *68 Enterprises ......................... 13 Minority Business Ente: l~tises Subcontractin& Program .......................... 14 Aff'umative A~tion for Disabled Veterans and Veterans of the Vietnai a Era .............. 14 Affirmative Action for Plandicapped Workers .......................... 15 Participation of Concez ~s in Labor Surplus Areas ....................... 15 Convict Labor ....................... 15 Inspection and Accept; Ice ............... 15 Building Codes, Fees a~ d Cl~arges ............ 16 Accident Prevention ................... 16 Protection of Existing regetation, Structures, Utilities an, Improvements ......... 16 Heat ............................ 16 Debris and Cleaning ................... 16 Measurements ....................... 16 Survey Monuments ant Bench Marks .......... 16 Samples .......................... 17 Specifications and Dra~ tings ............... 17 Standazd References .................... 17 Shop Drawings, Coordi ~afion Drawings · and Schedules ........................ 18 Record "As Built" Dra tings ............... 18 Spare-Pa~s Data ....................... 18 Construction Progress I .'hart ............... 18 Postal Service Occupan :y ................ 19 Guarantees .......................... 19 Clean Ah and Water .................... 19 INDEX TITLE PAGE ts in Designs ~gaiding Patent ,ent ............... 11 ;nt ............... 13 ................. 13 usiness and ,lnise Concerns. ........ 13 ss and Minority Business/ ................. Business 1. DEFINITIONS As used throughout this contract, the following terms shall have the meaning set forth below: (a) "Postal Service" means United States Postal Service. (b) "Contracting Officer" means the person execut- ing this contract on behalf of the Postal Service, and any other officer or employee who is properly designated Contracting Officer; and the authorized representative of the Contracting Officer acting within the limits of his authority. (c) "Contractor" means the person or persons, part- nership or corporation named as Contractor in the contract. 2. AUTHORITIES AND LIMITATIONS (a) AU work shall be performed under the general direction of the Contracting Officer, or in his absence the person designated to perform the function of Contracting Officer, who alone shall have the power to bind the Postal Service and to exercise the rights, responsibilities, authorities and functions vested in him by the contract documents, except that he shall have the right to designate an authorized representative to act for him. Wherever any provision in this contract specifies an individual (tach as, but not limited to, Construction Engineer, Resident Engineer, Inspector or Custodian] or organization, whether Governmental or private, to perform any act on behaff of or in the interests of the Postal Service, that individual or organization shall be deemed to be the Contracting Officer's authorized representative under this contract but only to the extent ~o specified. The Contracting Officer may, at any time during the performance of this contract, vest in such autho- rized representatives additional power and authority to act for him or designate additional authorized representatives, specify- lng the extent of thek authority to act for him. A copy of each document vesting additional authority in an authorized repre- sentative or designating an additional authorized representative shall be furnished to the Contractor. NO INDMDUAL IS AUTHORIZED TO CHANGE ANY PROVISION OF THE SPECIFICATIONS WITHOUT WRITTEN AUTHORIZATION OF THE CONTRACTING OFFICER, NOR SHALL Till: PRESENCE OR ABSENCE OF AN INSPECTOR RELIE¥I: THE CONTRACTOR FROM ANY REQUIREMENT OF THl: CONTRACT. (b) The Contractor shall perform the contract in accordance with any order {including but not limited to instruc- tion, direction, interpretation or determination} issued by an authorized representative in accordance with his authority to act for the Contracting Officer; but the Contractor assumes all the risks and consequences of performing the contract in accord- ance with any order {including but not limited to instruction, direction, interpretation or determination} of anyone not authorized to ispae such order. 3. CONDITIONS AFFECTING THE WORK The Contractor shall be responsible for having taken steps reasonably necessary to ascertain the nature and location of the work, and the general and local conditions which can affect the work or thc cost thereof. Any failure by the Contrac- tor to do so will not relieve him from responsibility for success- fuUy performing the work without additional expense to the Postal Service. The Postal Service assume no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of this contract, unless such understanding or representations by the Postal Service are expressly stated in the contract. 4. CLAIMS AND DISPUTES (MAY 198a) (a) This contract is subject to the Contract Disputes Act of 1978 (P.L. 95-563, 41 U.S.C. 601-613) ("the Act"). (b) All disputes arising under or relating to this con- tract shah be resolved under this clause. References to a Dis- putes clause in other clauses of this contract shall be understood to be references to this Claims and Disputes clause. PS Form 7391, July 1984 (p. 2of191 (c) (i) 'Claim," wirtren demand or assertion a legal right, the payment ration of contract terms, or to this contract. (ii) A voucI that is not in dispute when Act. However, where such st upon in a reasonable time, amount, it may be converted (iii) A claim in writing and mbmitted t, sion. A claim by the Postal be in the form of a decision (d) For Contractc Contractor shall submit (i) the ~lnim is made in g accurate and complete to t edge and beUef; and (iii) reflects the contract adju,, believes the Postal Service individual, the certification If the Contractor is not an executed by a senior corn tractor's plant or location partner of the Contractor' need not be certified. (e) Any claim shall be decided by the C~ decision in writing and sha of the decision to the Con $$0,000, the Contracting ( 60 days or notify the Cont will be made. For Contra~ Contracting Officer must Contracting Officer's decisi not subject to review by agency unless: (i) The the Postal Servi~e Board after the date the Contrac final decision; or (ii) The C on the claim in the United after the date the Contrac final decision. (f) The authorit the Act does not extend agencies are expressly aut decide. (g) The Postal Si found due on a Contractor Officer receives the clain accordance with (d), abos otherwise be due, if that ment. Simple interest will Secretary of the Treasux tracting Officer receives by the Secretary for eac the claim is pending. (h) Except as th lng irmal resolution of a c the contract, the Contra¢ performance of the contr= lng Officer's decision. 5. DISPUTES CONCE (MAR. 1984) Disputes arising of this contract shall not clause of this contract. Su ance with the procedures as used in this clause, means a by one of the parties seeking, as money, adjustment or interpre- )ther relief arising under or relating ,"r, invoice, or request for payment submitted is not a claim under the bmission is subsequently not acted ~r disputed either as to liability or to a claim under the Act. by the Contractor shall be made ) the Contracting Officer for deci- Service against the Contractor shall ,y the Contracting Officer. claims of more than $50,000, the th the claim a certification that: ~od faith; (ii) supporting data are ~e best of the Contractor's knowl- the amount requested accurately .tment for which the Contractor is liable. If the Contractor is an ~hali be executed by that individual. individual, the certification shall be tony official in charge at the Con- nvolved; or by an officer or general affairs. Claims less than $50,000 ch is not disposed of by agreement retracting Officer who shall issue a II mail or otherwise furnish a copy tractor. For Contractor claims over ~fficer must decide the claim within actor of the date when the decision :tot claims of $50,000 or less, the nder a decision within 60 days. The on shall be final and conclusive and ny forum, txibunai, or Government )ntractor appeals such decision to )f Contract AppeaLs within 90 days :or receives the Contracting Officer's ,ntractor brings an action directly tates Claims Court w/thin 12 months or receives the Contracting Officer's f of the Contracting Officer under to claims or disputes which other horized by statute or regulations to trice shall pay interest on the amount claim from the date the Contracting (properly certified, if required, in ), or from the data payment would date is later, until the date of pay- be paid at the rate, established by the · which is applicable when the Con- he claim and then at the rate fixed successive 6-month period in which ,. parties may otherwise agree, pend- [aim by the Contractor arising under tot shaU proceed diligently with the ~ct in accordance with the Contract- :~NING LABOR STANDARDS .t of the labor standards provisions ~e subject to the Claims and Disputes :h disputes shall be resolved in accord- ~f the Department of Labor set forth in 29 CFR Pans $, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its mbcontractors) and the contractin~ agency, the U.S. Department of Labor, or their employees or their representatives. 6. CHANGES (a) The Contracting Officer may, at any time, with- out notice to the sureties, by written order designated or indi- cated to be a change order, make any change in the work within the general scope of the conuact, including but not limited to changes: (1) In the specifications (including d~awing~ and designs); (2) In the method or manner of performance of the work; (3) In the Postal Service-fur~ed facilities, equipment, materlaiz, statices, or site; or (4) Directing acceleration in the performance of the work. (b) Any other written order or an oral order (which terms as used in this pa~ag~ph (b) ~hall include direction, instruction, inte~etarion, o~ determination) from the Con- tractin~ Officer, which causes any such chan~, shall be treated as a chan~ order under this clanse, provided that the Contractor gives the contracting Officer written notice statin~ the date, circumstances, and source of the order and that the Contractor regards the order as a clun~ order. (c) Except as berein provided, no order, statemeut, or conduct of the Contractin~ Officer shsll be treated as a chan~ under this clause or entitle the Contractor to an equitable adjustment hereunder. (d) If any clumse under this cleuse causes an increas~ or decreas~ in the Contractor's cost of, or the time required for, the performsnce of any pan of the work under this contract, whether or not changed by any order, an equitable ~djustment shall be made and the contract modified in writin~ accordingly: Provided, however, that except for claims based on defective sp~-ifications, no claim for any chan~ under Co) above shall be allowed for any costs incurred more than twenty (20) days before the Contractor gives written notice as therein r~quired: And provided further, that in the cas~ of defective speciflcao tions for which the Postal Service is responsible, the equitable adjustment shall include any inereased cost reesonsbly incurred by the Contractor in attemptin~ to comply with such defective specifications. (e) If the Contractor intends to assert a claim for an equitable adjustment under this clause, he must, within thirty (30) days after receipt of a written chan~ order under above or the furnishing of a written notice under (b) above, submit to the Contracting Officer a written statement setrin~ forth the general nature and monetary extent of such clsim, unless this period is extended by the Postal Service. The state- ment of claim hereunder may be included in the notice under (b) above. (f) No claim by the Contractor for an equitable adjustment hereunder shall be allowed if asserted after f'mal payment under this contract. (~) When costs are a factor in any determination of a contract price adjustment pursuant to this clause or any other provision of this contract, such costs shall be in accordance with the contract cost principles and procedures in Section 15 of the Postal Contracting Manual which are in effect on the date of this contract. 7. DIFFERING SITE CONDITIONS (a) The Contractor shall promptly, and before such conditions are disturbed, notify the Contracting Officer in writing of: (1) subsurface or latent physical conditions at the site differing materially from those indicated in this contract, or (2) unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized u inhering in work of the character PS Form 7391, July 1984 (p. 3of19) provided for in ~ contrac promptly investigate the con( conditions do materially so decrease in the Contractor's ( performance of any part o whether or not changed as a l table adjustment shall be m~ writing accordingly. (b) No claim of the be allowed unless the Contra~ in (a) above; provided howe~ may be extended by the Postal (c) No claim by adjustment hereunder shah payment under this contract. S. EQUITABLE ADJUS1 (a) The Contzactor'~ tary extent of any claim fo] contract shah be submitted i posal /unless otherwise reqL down of ah increases or d~cr~ and ah Subcontractors' work (1) Material q' (2) Labor cos material to be placed or operat (3) Construc~ (4) Workmen' bllity Inmrance ($) Ovethaui (6) Profit (7) Employm~ Co) The overhaul, p included in the proposal, shal at the end of this para~ph,; but not be limited to, insura~ this "Equitable Adjustmeuts' amah tools, incidental job bu No percentages for overheat allowed on employment tax percentages for overhead, pro tlated and may vary accordi= plexity of the work involved. not to exceed the maximut be allowed regardleu of the that ia, the markup on work will be limited to one ove~ percentage in addition to th~ percentage. On proponh cow in the amount of the contra~ appUcable, commission, will only. On proposals for decreal the overhead, profit, and, w be added to the decrease in dir . To Contractor on work performed by other th~ his own forces - To Contractor and/or ti subcontractors for that portion of the work per formed with their respe, tive forces - (c) The Contractor: request for time extension (if= (d) In considering a make check estimates in detai fled or agreed upon, with a adjustment. :. The Contracting Officer shall itions, and if he f'mds that such differ and cause an incre,tse or est of, or the time required for, ! the work under this contract ~sult of such conditions, an equi- de and the contrac~ modified in 2ontractor under this chuse shah ,~or has given the notice required er, the time prescribed therefore ie Contractor for an equitable allowed if asserted a~ter f'mal ENTS (JULY 1984) written statement of the mone- equitable adjustment under this n the form of a lump sum pro- esred) with an itemized break- ~es in the cost of the Contractor's in at least the following deta/l: mntitie$ and unit cost 3 (identified with specific item of !on to be performed) on equipment Compensation and Public L/a- at taxes under FICA and FUTA ,~flt and commission percentages not exceed the maximums given nd shah be considered to include, tce other than that mentioned in ' clause, bond or bonds, use of dens, and general office expense. profit or commission will be . ~ under FICA and FUTA. The (It and commission shah be nego- ~ to the nature, extent and com- ~ot more than three percentages, percentages shown below, will amber of tiers of subcontractors; ubcontracted by a Subcontractor lead percentage and one profit , Prime Contractor's commission ~ring both increases and decreases , the overhead, profit and, where )e computed on the net change es in the amount of the contract, 5ere applicable, commission w/il ,,ct cost. Over- Commis- head Profit sion - - 10% 10% 10% tail submit with the proposal his proposal, the Postal Service shall , utilizing unit prices where speci- view to arriving at an equitable (e) After receipt of a proposal with a detailed break- down, the Contracting Officer shall act promptly thereon, provided, however, that when the necessity to proceed with a change does not allow sufficient time to check a proposal, or in the event of failure to reach agreement on a proposal, the Posta~ Service may order the Contractor to proceed on the basis of price to be determined at the earliest practicable date but not to be more than the increase or less than the decrease proposed. (f) The Contractor shall submit all claims for equitable adjustment under the "Differing Site Conditions" clause, in accordance with, and subject to the requirements and limitations set forth in the "Differing Site Conditions" clause and in this "Equitable Adjustments" clause. AH other claims for equitable adjustment submitted by the Contractor under this contract shall be subject to the requirements and limitations set forth in this clause. (g) Upon written request by the Contracting Officer, the Contractor shall submit a proposal, in accordance with the requirements and limitations set out in paragraphs (a) through (g) of this "Equitable Adjustments" clause, for work involving contemplated changes covered by the request, within the time limit indicated in the request or any extension of such time limit as may be subsequently ~nted. If, within a reasonable time after receipt of such a proposal, the Contracting Officer orders the Contractor to proceed with the performance of the work contemplated, the proposei submitted prior to the order shall constitute the Contractor's statement of the monetary extent of claim for equitable adjustment. 9. SUSPENSION OF WORK (a) The Contracting Officer may order the Contrac- tor in writing to suspend, delay, or interrupt all or any part of the work for such period of time as he may detenuine to be appropriate for the convenience of the Postal Service. (b) If the performance of all or any pan of the work is, for an unreasonable period of time, suspended, delayed, or interrupted by an act of the Contracting Officer in the administration of this contract, or by his failure to act within the time specified in this contcact /o~ if no time i~ s~eci/ied, within a reasonable time/, an adjustment shall be made for any increase in the cost of performance of this contract {ex- cluding pm/it) necessarily caused by such unreasonable sus- pension, delay, or interruption and the contract modified in writing accordingly. However, no adjustment shall be made under this clause for any suspension, delay, or interruption to the extent (l) that the performance would have been so suspended, delayed, .or interrupted by any other cause, includ- ing the fault or negligence of the Contractor or (2) for which an equitable adjustment is provided for or excluded under any other provision of this contract. (c) No claim under this clause shall be allowed (1) for any costs incurred more than twenty (20) days before the Con- tractor shall have notified the Contracting Officer in writing of the act or failure to act involved {but this requirement shall not apply as a claim resulting from a suspension order), and (2) unless the claim, in an amount stated, is asserted in writing as soon as practicable after the termination of such suspension, delay, or interruption, but not later than the date of f'mai payment under the contract. 10. TERMINATION FOR CONVENIENCE OF THE POSTAL SERVICE (a) The performance of work under this contract may be term/nated by the Postal Service in accordance with this clause in whole, or from time to time in part, whenever the Contracting Officer shall determine that such termination is in the best interest of the Postal Service. Any such termi= nation shall be effected by delivery to the Contractor of a Notice of Termination specifying the extent to which perfor- mance of work under the contract is terminated, and the date upon which such termination becomes effective. Co) After receipt except as otherwise dizecte Contractor shaH: (1) Stop w~ and to the extent specified (2) Place for materials, services, or for completion of such tract as is not terminated. (3) Termim to the extent that they terminated by the Notice of (4) AssiSn at the times, and to the Officer, all of the rights, under the ordi~rs and sub case the Postal Service shs to settle or l~ty any or all of such orders and subcont~ (5) Seine claims arising out of suc contracts, with the appro, ing Officer to the exten~ or ratification shall be clause; (6) Tramf deliver in the manner, at t dix~cted by the Contracti~ fabricated parts, work in and other material produc~ nection with the performm Notice of Termination, completed plans, drawings which, if the contract has required to be fumishnd to (7) Use his at the times, to the extenl or authorized by the Cont types referred to in (6) a Contractor (i) shall not purchaser, and (ii) may a, conditions prescribed and the Contracting Officer: ceeds of any such t~ansfe reduction of any paymenl to the Contractor under credited to the price or cc tract or paid in such oth~ may direct; (8) Comph the work as shall not ham Termination; and (9) Take~ or as the Contracting Off and preservation of the is in the posse.~tlon of the service has or may acquire At any time after period, as der'reed in Se~ as the definition may be a tractor may submit to the as to quantity and quality inventory not previousiy disposition of which has Contracting Officer, and remove such items or ent, them. Not later than rift, Service will accept title enter into a storage ag that the list submitted s~ Contracting Officer upon ate stored, within forty-fi )f a Notice of Termination, and by the Contracting Officer, the k under the contract on the date the Notice of Termination; o further orders or subcontracts .cilities except as may be necessary sion of the work under the con- :e all orders and subcontracts elate to the performance of work Temtination. o the Postal Se~ce, in the manner, xtent directed by the Contracting isle, and interest of the Contractor ~ntractors so terminated, in which II have the right, in its disc~tion, laims arising out of the termination .ets; tll outstanding liabilities and all ,~ termination of orders and sub. 'al of ratification of the Contract- he may require, which approval iud for all the purposes of this ~ title to the Postal Service and te times, and to the extent, if any, Officer, (i) the fabricated or un= ,recess, completed work, supplies, as a part of, or acquired in con- tee of, the work terminated by the ~d (ii) the completed or partially . information, and other property been completed, would have been he Postal Service. best efforts to sell, in the manner, , and at the price or prices directed ~cting Officer, any property of the )eve: Provided, however, That the ; requited to extend credit to any quire any such property under the at a price or prices approved by nd provided further~ That the pro- ' or disposition shall be applied in s to be made by the Postal Service this contract or shall otherwise be st of the work covered by this con- manner as the Contracting Officer ce performance of such pa~t of been terminated by the Notice of ~ch action as may be necessary, icer may ~rect, for the protection ~perty related to this contract which Contractor and in which the Postal ,n interest. expiration of the plant clearance tion 8, Postal Contracting Manual. x~ended from time to time. the Con= Contracting Officer a list, certified , of any or all items of termination disposed of, exclusive of items the ~een directed or authorized by the may r~lUest the Postal Service to ~ into a storage agreement covering ~n (15) days thereafter, the Postal :o such items and remove them or reement coveting them: Provided, aH be subject to verification by the ~movai of the items or, if the items te (45) days from the date of sub- (k) Unless otherwise provided for in thh contract, or by applicable statute, the Contractor, from the effective date of termination and for a per/od of three years after/'mai settlement under this contract, shall preserve and make avail- able to the Postal Service at ail reasonable times at the office of the Contractor, but without direct charge to the Postal Service, all iris books, records, documents, and other evidence bearing on the costs and expenses of the Contractor under this contract and relati~ to the work terminated hereunder, or, to the extent approved by the Contracting Officer, photo- graphs, microphotographs, or other authentic reproductions thereof. 11. TERMINATION FOR DEFAULT--DAMAGES FOR CONTRACTOR DELAY--TIME EXTENSION (a) If the Contractor refuses or fa/is to prosecute the work, or any separable part thru'eof, with such dilisence as will insure its completion within the dine specified in this contract, or any extension thereof, or fails to complete said work within such time, the Postal Service may, by written notice to the Contractor, terminate his right to proceed with the work or such part of the work as to which there has been delay. In such event the Postal Service may take over the work and prosecute the same to completion, by contract or other- wise, and may take possession of and utilize in completing the work such materials, appliances, and plant as may be on the site of the work and necessary therefor. Whether or not the Contractor's right to proceed with the work is terminated, he and his sureties shall be liable for any damage to the Postal Service resulting from his refusal or failure to complete the work within the specified time. (1)) If /'ixed and agl'eed liquidated damages ate pro- vided in the contract and if the Postal Service so terminates the Contractor's fight to proceed, the resulting damage will cons/st of such liquidated damages until such reasonable time as may be requited for final completion of the work together with any increased costs occasioned the Postal Service in com- pleting the work. (c) If fixed and agreed liquidated damages a_re pro- vided in the contract and if the Postal Service does not so ter- minate the Conractor's right to proceed, the resulting damage will consist of such liquidated damages until the work is com- pleted or accepted. (d) The Contractor's ri&hr to proceed shall not be so terminated nor the Contractor charged with resulting damage if: (1) The delay in the completion of the work arises from unforeseeable causes beyond the control and with- out the fault or negligence of the Contractor, including but not restricted to, acts of God, acts of the public enemy, acts of the Government in either its sovereign or contractual capacity, acts of another contractor in the performance of a contract with the Government, f'tres, floods, epidemics, quar- antine restrictions, strikes, freight embargoes, unusually severe weather, or delays of subcontractors or suppliers arising from unforseeable causes beyond the control and without the fault or negligence of both the Contractor and such subcontractors or suppliers; and (2) The Contractor, within ten (10) days from the beg/nning of any such delay {unless the Contracting Officer grants a further period of time before the date of final payment ,,nder the contract}, notifies the Contracting Officer in writing of the causes of delay. The Contracting Officer shall ascertain the facts and the extent of the delay and extend the time for completing the work when, in his judgment, the findings of fact justify such an extension, and his /-mdings of fact shall be /-mai and conclusive on the parties subject only to appeal as provided in the clause of this contract entitled "Claims and Disputes". (e) If, after notice of termination of the Contractor's fight to proceed under the provisions of this clause, it is deter- mined for any reason that the Contractor was not in default PS Form 7391. July 1984 (,o. 6of 19) under the provisions of this able under the provisions fions of the parties shall, vidin~ for termination fei be the same as if the not pursuant to such clause. ] this contract does not con nation For Convenience" shall be equitably adjuste( Sion and the contract mo~ to any such adjustment sh sion of fact within the m~ entitled "Claims and DispuU (O The rights ar provided in this clause ate remedie~ provided bF law or term 'sub¢ontx~ctors or suppliers at any tier. 12. CONTRACT MODIF Notwithstanding any tract modification will be si~ned by the Contractin~ means any written alteratio~ rate of delivery, contract qmmtity, or other contract wbethet ~ccomplished by a contract ptovis/on or by contract. It includes (a) bib agreements and amendmen~ as cha~e oxders, notices exercise of an option. 13A. POSTAL SERVICE (Thb clause ~hall appi Property furnished undee th contract a value is establL~h property of $25,000 or leu shall apply.) (a) Postal Service Service shall deliver to the with and under the terms scribed as Postal Service-fur Specifications, together wit sion as the Contractor may requked for the intended re/eh*ed to as "Postal Servic, or performance dates for 1 nlshed by the Contractor t the expectation that Posts able for use (except for be delivered to the Contract, ule or, if not so stated, in tractor to meet such deliv event that Postal Service-fl to the Contractor by such cer shall, upon thndy writS( make a determination of~ Contractor thereby, and sh: performance dates or the other contractual provision accordance with the proce of this contract entitled furnished property furnishe, Service-furnished property i condition not suitable for shall, upon receipt thereof, such fact a~d, as directed (1) return such property at wise dispose of the proper1 cations. Upon the completi clause, or that the deLay was excus- f this clause, the ri&hts and obliga- * the contract contains a clause pro- convenience of the Postal Service, ce of termination had been issued f, in the foregoin~ circumstances, rain a clause providing for "Termi- )f the Postal Service, the contract to compensate for such tern~ina- ified accordingly. Failure to agree dl be a dispute concerui~ a ques- alin8 of the clause of this contract d remedies of the Postal Sendce in addition to any other riShts and under this contract. ragraph (d) (X) of thh clause, the ippliers' means subcontractors or ~ATIONS other provision herein, no con- recosnized unless in writins and Officer. '~ontract modification" t in a specification, delivery point, eriod, estimated cost, fee, if any, provision of an existing contract, tihteral action in accordance with nutual action of the parties to the .teral actions, such as supplemental S, and (b) unilateral actions such termination, and notices of the 3PERTY (Fixed Pries) with respect to any Postal Service contract unless elsewhere in this :d for any Postal Service, furnished in which event clause 13B below Furnished Property. The Postal Contzactor, for use in connection ~f this contract, the property de- tished property in the Schedule or ~ such related data and informa- request and as may reasonably be uae of such property {hereinafter ~furnL~hed property "). The delivery he supplies or services to be fur- rider this contract are based upon I Service-furnished prol~rty suit- :h property furnished "as is") will Ir at the times stated in the Sched- sufficient time to enable the Con- Dry or perforraance dates. In the rnished property is not delivered ime or times, the Contracting Offi- n request made by the Contractor, he delay, if any, occasioned the J1 equitably adjust the delivery or :ontract price, or both, and any affected by any such delay, in dures provided for in the clause ranges". Except for Postal Service- "as is", in the event the Postal received by the Contractor in a he intended use, the Contractor notify the Contracting Officer of ~y the Contracting Officer, either he Postal Service expense or other- y, or (2) effect repairs or modifi- )n of (1) or (2) above, the Con- mission of the list, and any necessary adjustment to correct the list as submitted shall be made prior to the/'mai settlement. , (c) After receipt of a Notice of Termination, the Contractor shall submit to the Contracting Officer his termi- nation claim, in the form and with the certification prescribed by the Contracting Officer. Such claim shall be submitted promptly but ill no event later than one yea~ from the effec- tive date of termination, unless one or more extensions in writing ale granted by the Contracting Officer upon request of the Contractor made in writing within such one-year period or authorized extension thereof. However, ff the Contracting Officer determines that the facts justify such action, he may receive and act upon any SUch termination claim at any time a/ret such one-year period or extension thereof. Upon failure of the Contractor to submit his termination claim within the time allowed, the Contmctin$ Officer may determine, on the bads of information available to him, the amount, if any, due to the Contractor by reason of the termination and shall there- upon pay to the Contractor the amount so determined. (d) Subject to the provisions of paragraph (c), the Contractor and the Contracting Officer may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant to this clause, which amount or amounts may include a reasonable allowance for profit on work done; Provided, that such agreed amount or amounts, exclusive of settlement costs shall not exceed the total contract price of work not terminated. The contract shall be amended acco£d- ingly, and the Contractor shall be paid the ag~ed amount. Nothing in paragraph (e) of this clause, prescribing the amount to be paht to the Contractor in the event of failure of the Con- tractor and the Contracting Officer to agree upon the whole amount to be pnid to the Contractor by reason of the termi- nation of work pursuant to this clause, shall be deemed to limit, restrict, or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Con- tractor pursuant to this paragraph (d). (e) In the event of the failure of the Contractor and the Contracting Officer to agree as provided in paragraph (d) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this clause, the Con- tracting Officer shall determine, on the basis of information available to him, the amount, /f any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined as follows: (1) With respect to all contract work performed prior to the effective date of the Notice of Termination, the total (without duplication of any items} of (i) The cost of such work; (ii) The cost of settling and paying claims arising out of the termination of work under subcontracts or orders as provided in paragraph cb) ($) above, exclusive of the amounts paid or payable on account of supplies or materiah delivered or services furnished by the Subcontractor prior to the effective date of the Notice of Termination of work under this contract, which amounts shall be included in the cost on account on which payment is made under (i) above; and (iii) A sum,' as profit on (i) above, deter- mined by the Contracting Officer pursuant to 8-303, Postal Contracting Manual, to be fair and reasonable: Provide& how- ever, that if it appears that the Contractor would have sustained a loss on the entire contract had it been completed, no profit shall be included or allowed under this subdivision (iii) and an appropriate adjustment shall be made reducing the amount of the settlement to reflect the indicated rate of loss; and (2) The reasonable cost of the preservation and protection of property incurred pursuant to termination of work under this contract, including expense incidental to the determination of the amount due to the Contractor as the result of the termination work under this contract. The total sum to be paid to the Contractor under (1) above Shall not exceed the total contract price as reduced PS Form 7391. July 1984 (~. 5of 19) by the amount of paymenl reduced by the contract pri~ for normal spoilage, and ex~ Service shall have otherwise there shall be excluded fron tractor under (1) above, th Contracting Officer, of prop~ or damaged so as to become or to a buyer pursuant to par (f) Any determine or (e) hereof shall be governc of costs set forth in Sectim in effect on the date of this c (s) The Contracto under the chuse of this cont from any determination mai paragraph (c) or (e) above, failed to submit his claim graph (c) above and has f: time, he shall have no suc~ the Contracting Officer has due under paragraph (c) o pay to the Contractor the of appeal hereunder or if the amount so determined an appeal has been taken such appeal. (h) In arriving under this clause there advance or other payment the Contractor, applicable conuaCt, (2) any claim %~ni~st the Contractor in (3) the a~eed price for or rials, supplies, or other pursuant to the provisions recovered by or c~edited to (i) If the termi~ to the settlement of the the Contractor may /'fie w in writing for an equitabt specified in the contract of the contract (the por~ o£ Te. ninaaon}, and suci agreed upon shall be mad otherwise made and as further of work not terminated. Except :ept to the extent that the Postal expressly assumed the risk of loss, the amounts payable to the Con- fait value, as determined by the rty which is destroyed, lost, stolen, undeliverable to the Postal Service, tgraph cb) (7). rion of costs under para. apb (c) d by the principles of consideration = 15, Postal Contracting Manual, as )nh'act. r shall have the right of appeal, act entitled "Claims and Disputes", ,e by the Contracting Officer under except that, ff the Contractor has within the time provided in para- fled to request extension of such right of appeal. In any case where adc a determination of the amount (e) above, the Government shall :'ollowing: (I) if there is no right no timely appeal has been taken, ~y the Contracting Officer, or (2) if the amount finally determined on the amount due the Contractor Il be deducted (1) all unliquidated ~ on account theretofore made to to the terminated portion of this hich the Postal Service may have :onnection with this contract, and the proceeds of sale of, any mate- lES kept by the Contractor or sold, of this clause, and not otherwise ~e Postal Service. ,ntion hereunder be partial, prior erminated portion of this contract, th the Contracting Officer a request : adjustment of the price or prices relating to the continued portion ion nor rermirmted by the Notice ~ equitable adjustment as may be = in such price or prices; however, shall limit the fight of the Pos~l nothing contained herein Service and the Contracior to agree upon the amount or amounts to be paid to ti e Contractor for the completion of the continued portion of he contract when said contract does not contain an establishe~ contract price for such continued portion. (j) The Postal ,~ trice may from time to time, under such terms and condition payments and payments by the Contractor in con of this contract wheneve~ Officer, the ng~e~te of amount to which the Cc ff the total of such paymc agreed or determined to shall be payable by the demand, together with llshed by the Secretary 1215 Cb) (2) for the perio is received by the Contra~ is repaid to the Postal interest shall be cha~ged · ment attributable to a re reason of retention or o~ tory until ten days after tion, or such later date as by reason of the citcumsta t as it may prescribe, make partial on account against costs incurred aection with the terminated portion , in the opinion of the Contracting such payments shall be within the ntractor will be entitled hereunder. nts is in excess of the amount finally ~e due under this clause, such excess ontractor to the Postal Service upon tterest computed at the rate estab- Y the Treasury under 50 U.S.C. App. d from the date such excess payment :tot to the date on which such excess ~,ervice: Provided., however, that no ~ith respect to any such excess pay- duction in the Contractor's claim by her disposition of termination inven- the date of such retention or disposi- ietermined by the Contracting Officer Ices. tracting Officer upon written request of the Contractor shall equitably adjust the delivery or performance dates or the con- tract price, or both, and any other contractual provision affected by the rejection or disposition, or the repair or modification, in accordance with the procedures provided for in the clause of this contract entitled "Changes." The foregoing provisions for adjustment are exclusive and the Postal Service shall not be liable to suit for breach of contract by reason of any delay in delivery of Postal Service-furnished property or delivery of such property in a condition not suitable for its intended use. (b) Changes in Postal Service-Furnished Property. (1) By notice in writing, the Contracting Offi- cer may (il decrease the property provided or to be provided by the Postal Service under this contract, or {ii) substitute other Postal Service-owned property for property to be provided by the Postal Service, or to be. acquired by the Contractor for the Postal Service under this contract. Tha Contractor simll promptly take such action as the Contracting Officer my direct with respect to the removal and shippin8 of property covered by such notice. (2) In the event of any decrease in or substi- tution of property pumiant to subpara~aph (i) above, or any withdrawal of authority to use property provided under any other contract or lease, which property the Postal Service hsd agreed in the Schedule to make available for the performance of this contract, the Contractin8 Officer, upon the written request of the Contractor (or, if the substitution of propen7 causes a decrease in the cost of perf~rn~nce, on his own initi~. rive), shall equitably adjust such contractual provisions as may be affected by the decrease, substitution, or withdrawal, in accordance with the procedures provided for in the "Changes" clause of this contract. (c) Title to all property furnished by the Postal Service shall remain in the Postal Service. In order to define the obli/ations of the parties under this clause, title to each item of facilities, special test equipment, and special tooling (other than rhar sub/ecr ro a "Special Tooling" chmse) acquired by the Contractor for tho Postal Service pursuant to this con- tract shall pss~ to and vest in the Postal Service when its use in the performance of this contract commences, or upon p~y- ment therefor by the Postal Service, whichever is earlier, whether or not title previously was vested. All Postal Service-furnished property, together with all property acquired by the Contnw- tor title to which vests in the Postal Service under this pLn~raph, is subject to the provisions of ~ chuse and is hereinafter collectively referred to as "Postal Service property". Title to Postal Service property shall not be affected by the incorpora- tion or attachment thereof to any property not owned by the Postal Service, nor shall such Postal Service property, or any part thereof, be or become a fixture or lose its identity as personalty by reason of a/fixation to any realty. (d) Use of Postal Service Property. The Postal Ser- vice property shall, unless otherwise provided herein or approved by the Contracting Officer, be used only for performance of this contract. (el Utilization, Maintenance and Repair of Postal Service Property. The Contractor shall maintain and administer in accordance with sound industrial practice, a program for the utilization, maintenance, repaix, protection, and preser- vation of Postal Service property until disposed of by the Con- tractor in accordance with this clause. In the event that any damage occurs to Postal Service property the risk of which has been assumed by the Postal Service under this contract, the Postal Service shall replace such items or the Contractor shall make such repair of the property as the Postal Service directs; Provided, however, that if the Contractor cannot effect such repair within the time required, the Contractor shall dis- pose of such property in the manner directed by the Contract- ing Officer. The contract price includes no compensation to the Contractor for the performance of any repair or replace- ment for which the Postal Service is responsible, and an equitable adjustment will be made in any contractual provi- PS Form 7391, July 1984 (p. 7of 19) sions affected by such repa property made at the direc dance with the procedures of this contract. Any repair tractor is responsible unde shall be accomplished by (f) Rhk of Loss. (1) Except Wa~tor shnll not be liable f to the Postal Service prop~ (il erty is in transit off the Cont (ii) perils while the property is premises, or on any other properly be located, or by of the followin8 perils - cyclone, tornado, hail, expl civil commotion; vandalhm aircraft or objects fallin~ t or tracks (excluding vehich tractor or any agent or en sprinkler lenkn~e; earthqualt~ in~ thereby ~ of a bod) radiation or radioactive con! including action in hinderir an actual impending or e~ or sovereign power [de/urf using military, naval, or government, power authofit listed above, if such other ance [or by a reserve for normal practice of the Co: in the industry in which to stmii~ property in the sa~ r or replacement of Postal Service ion of the Postal Service, in accor- rovided for in the "Changes" clause or replacement for which the Con- t the provisions of this contract ~e Contractor at his own expense. ,~ provided in (2) below, the Con- )r loss or destruction of or damage :rty provided under this contact: .used by any periil while the prop- :actor's premises; or ,used by any of the follwoing on Contractor's or Subcontractor's ~remises where such property may removal therefrom because of any t) fire; lightning, windstorm, orion, riot, riot attending a strike, and malicious mischief; sabotage; ~erefrom; vehicles running on land owned or operated by the Con- )loyee of the Contractor); smoke; or volcanic eruption; flood, mean- of water; nuclear reaction, nuclear unination; hostile or warlike action, g, combating, or defending against pected attack by any govenunent or de facto), or by any authority forces; or by an agent of any such ', or forces; or l) other peril, of a type not .'ill is customarily covered by insur- f-inm~ance) in accordance with the ttractor, or the prevailing practice Contractor is engaged with respect ~e general locale. The perils as set fortl} in (il and (ii) above are hereinafter called "excepted perils". ] If the Contractor traOsfers Postal Service property to the posseralon and control of a ~ubcontractot, the transfer shall not affect the liability of the Ctontractot for loss ot destruction of ot damage to the propertTl as set forth above. However, the Contractor shall requite th, of, and be responsible for, ~ to the property while in the to the extent that the su of the Contracting Officer, contractor from such llabili the subcontract shall contl the return of all Postal Sm as when received, except l the utilization of the pro[ sions of the Prime Contract. (2) Notwit! shall be responsible for los fically provided in the clau nated in the schedule, or (ii) ( good faith of any of the C( Contractor, due to willful the Contractor's manager administer the program for preservation of the Posta para,apb (fl hereof, or (ii) a system for control of P~ paragraph (d) of this clause. Any failure of the C (B), shall be conclusively from willful misconduct, ,. Subcontractor to assume the risk ny loss or destruction of or damage farter's possession or control, except 2contract, with the prior approval provides for the relief of the Sub- '.y. In the absence of such approval, in appropriate provisions requiring vice property in as good condition or reasonable wear and tear or for erty in accordance with the provi- standing (1) above, the Contractor ; or damage (il to the extent spect- re or clauses of this contract desig- which results from: A) willful misconduct or lack of ~ntractor's managerial personnel; or: B) a failure on the part of the nisconduct or lack of good faith of d personnel, (il to maintain and maintenance, repair, protection, and , Service property as required by to establish, maintain and administer sial Service property as required by ontractor to act, as provided in this 3resumed to be a failure resulting lack of good faith on the part of one of the Contractor's managerial personnel if the Contractor is notified by the Contracting Officer by registered or certified mail addressed to one of the Contractor's managerial personnel, of the Postal Service disapproval, withdrawal of approval, or nonacceptahce of the Contractor's program or system. In such event, it shall be presumed that any loss or damage to Postal Service property resulted from such failure. The Contractor shall be liable for such loss or damage unless he can establish by clear and convincing evidence that such loss or damage did not result from his failure to maintain an approved program or system, or occurred during such time as an approved pro- gram or system for control of Postal Service property was maintained. The term "Contractor's managerial persunnel' as used herein means the Contractor's directors, officers and any of his managers, superintendents, or other equivalent represen- tatives who have supervision or direction of: (i) aJ.11 or substantially all of the Con- tractor's business; (ii) all or substantieliy ail of the Con- tractor's operation at any one plant or separate location at which the contract is being performed; or (iff) a separate and complete major industrial operation in connection with the performance of this contract. (3) The Contractor represents tht he is not including in the price hereunder, and a~'ees that he will not hereinafter include in any price to the Postal Service any charge or reserve for insurance (including any self-insurance funds or reserve} covering loss or destruction of or damage to the Postal Service property caused by an excepted peril. (4) Upon the happening or loss of destruction of or damage to any Postal Service property caused by an excepted peril, the Contractor shall notify the Contracting Officer thereof, and shall communicate with the Loss and Salvage Organization, if any, now or hereafter designated (unless the Contracting Officer has directed that no such organization be employed], shall take all rearonable steps to protect the Postal Service property from further damage, separate the damaged and undamaged Postal Service property, put ail the Postal Service property in the best possible order, and furnish to the Contracting Officer a statement of: (i) the lost, destroyed, and damaged Postal Service property; (ii) the time and origin of the loss, destruction, or damage; (iff) all known interests in commingled property of which the Postal Service property is a part; and (iv) the insurance, if any, covering any part of or interest in such commingled pruperty. The Contractor shall be entitled to an equitable adjustment in the contract price for the expenditures made by him in performing his obligations under this subparagraph (4) includ- ing charges made to the Contractor by the Loss and Salvage Organization, except any of such charges (the payment of which the Postal Service has, as its option, assumed directly}, in accordance with the procedures provided for in the "Changes" clause of this contract. (5) With the approval of the Contracting Offi- er after loss or destruction of or dmaage to Postal Service prop- erty, and subject to such conditions and limitations as may be imposed by the Contracting Officer, the Contractor may, in order to minimize the loss to the Postal Service or in order to permit resumption of business or the lLke, sell for the account of the Postal Service any item of Postal Service property which has been damaged beyond practicable repair, or which is so commingled or combined with property of others, including the Contractor, that separation is impracticable. (6) Except to the extent of any loss or destruc- tion of or damage to Postal Service property for which the Con- tractor is relieved of liability under the foregoing provisions of this clause, and except for reasonable wear and teat or depreci- PS Form 7391, July 1984 (p. 8of19) ation, or the utilization of thl ance with the provisions of th the risk of, and shall be respc of or damage to the Postal Se (oth'er than that which is pert to the Postal Service in as gc the Contractor in connection under paragraph (e) above. (7) In the e~ or compensated for any loss ~ Postal Service property, cau~ equitably reimburse the Post.' nothing to prejudice the Post~ third parties for any such los,, the request of the Contracth vice'e expense furnish to assistance and cooperation ( and the execution of instru the Postal Service] in obtai~ a Subcontractor has not be loss or destruction of or dam the Contractor shall enforce for such loss or destruction ~ property for the benefit of th~ 13B. PO~TAL SERVICE PR (a) The Postal Serv for uae only in connection described in the schedule or to as "Postal Service-furnisi locations stated therein. If th~ suitable for its intended use, tot, the Contractin~ Officer made by the Conh-actor, a equitably adjust any affecte suant to the procedures of the (b) Title to Postal remain in the Postal Servic adequate property control r property in accordance with s (c) Unless otherwi Contractor, upon delivery to property, assumes the risk o loss thereof os damage ther~ teat and except to the extel in the performance of this cm (d) The Contractol contract, prepare for shipme of all Postal Service-fumish~ performance of this contrac the Postal Service, as may Contracting Officer. The m shall be credited to the co~ manner as the Contracti~ Of 14. PERFORMANCE OF ' The Contractor shall own organization, work eq~ (12%) (unless otherwise set amount of work to be perfo the progt~ of the work hi reduction in such percentage mines that it would be to the percentage of the work req~ tractor may be reduced wit tracting Officer. 15. SUPERINTENDENC! The Contractor shall the work or have a comf satisfactory to the Contracti during progress, with authori Postal Service property in accord- s contract, the Contractor sssumes nsible for, any loss or destruction trice property, and such property nitted to be sold} shall be returned od condition as when received by with this contract, or as repaired ent the Contractor is reimbursed ~r destruction of or damage to the ed by an excepted peril, he shall Service. The Contractor shall do Setvice's rights to recover against destruction or damage and, upon Off~cer, shall at the Postal Set- · e 'Postal Service all reasonable 'ncluding the prosecution of suit ments of a~ignment in favor of ing recovery. In addition, where ,'n tedieved from liability to any ~ge to the Postal Service property, the liability of the Subcontractor Df or damage to the Postal Service ~ Postal Service. OPERTY (Short Form) .ce shall deliver to the Contractor, with this contract, the property specifications (hereinafter referred ed property"}, at the times and ~ Postal Service-furnished property, · not so delivered to the Contrac- ~hail, upon timely written request td if facts warrant such action, t provisions of this contract pur- "Changes" clause hereof. Service-furnished property shall e. The Contractor shall maintain =cords of Postal Service-furnished ~und industrial practice. e provided in this contract, the ~im of any Postal Service-furnished !, ami shall be responsible for, any to except for reasonable wear and ~t that such property is consumed ttract. · shall, upon completion of this nt, deliver f.o.b, origin, or dispose 'd property not consumed in the t or not theretofore delivered to ~e directed or authorized by the =t p~oceeds of any such disposal ~tract price or paid in such other 5cer may direct. ~4ORK BY CONTRACTOR perform on the site, and with his ivalent to at least twelve percent brth in the contract) of the total reed under the Contract. If during ~eunder, the Contractor requests a , and the Contracting Officer deter- advantage of the Postal Service, the dred to be performed by the Con- the written approval of the Con- BY CONTRACTOR ~ive his personal superintendence to etent foreman or superintendent, ag Officer, on the work at ali times Iy to act ~or him. 16. MATERIAL AND WORKMANSHIP {MAR. 19~4) (a) Unless otherwise specifically provided in this con- tract, all equipment, material, and articles incorporated in the work covered by this contract are to be new and of the most suitable grade for the purpose intended. Unless otherwise spe- cifically provided in this contract, reference to any equipment, material, article, or patented process, by trade name, make, or catalog number, shall be regarded as establishing a standard of quality and shall not be construed as limiting competition,, and the Contractor may, at his option, use any equipment, material, article, or process which, in the judgment of the Contracting Officer is equal to that named. The Contractor shall furnish to the Contracting Officer for' his approval the name of the manufacturer, the model number, and other identifying data and information respecting the performance, capacity, nature, and rating of the machinery and mechanical and other equip- ment which the Contractor contemplates incorporating in the work. When requited by this contract or when called for by the Contracting Officer, the Contractor shall furnish to the Con- tracting Officer for approval full information concerning the material or articles which he contemplates incorporating in the work. When so directed, samples shall be submitted for approval at the Contractor's expense, with all shipping chalges prepaid. Machienry, equipment, material, and articles installed or used without requited approval shall be at the risk of sub- sequent rejection. (b) AU work under this contract shall be performed in a skillful and workmanlike manner. The Contracting Officer may, in writing, require the Contractor to remove from the work any employee the Contracting Officer deems incompe- tent, careless, or otherwise objectionable. 17. WORKING HOURS (a) It is contemplated that all work will be performed during the customary working hours of the trades involved unless otherwise specified in this contract. Work performed by the Contractor at his own volition outside such customary work- in8 hours shall be at no additional expense to the Postal Service. (b) Any requests received by the Contractor from occupants of existing buildings to change the hours of work shall be referred to the Contracting Officer for determination. 18. USE OF PREMISES (JULY 1984! (a) If the premises are occupied, the Contractor, his Subcontractors, and their employees shall comply with the regu- lations governing access to, operation of, and conduct while in or on the premises and shall perform the work requited under this contract in such a manner as not to umeasonably interrupt or interfere with the conduct of Postal Service bus/ness or the use and occupancy of any portions of the premises occu- pied by tenants of the Postal Service. Co) Any requests received by the Contractor from occupants of existing buildings to change the sequence of work shall be referred to the Contracting Officer for determination. (c) If the premises are occupied, the Contractor, his Subcontractors and the/r employees shall not have access to or be admitted into any building outside the scope of this con- tract except with official perm/ssion. 19. OTHER CONTRACTS The Postal Service may undertake or award other con- tracts for additional work, and the ConUactor shall fully cooper- ate with such other Contractors and Postal Service employees and carefully fit his own work to such additional work as may be directed by the Contracting Officer. The Contractor shall not commit or permit any act which will interfere with the performance of work by any other Contractor or by Postal Service employees. 20. SUBCONTRACTS (a) Nothing contained in the contract shall be con- strued as creating any contractual relationship between any Sub- ps Form 7391, July 1984 (p. 9of19) contractor and the Postal Set the specifications are not intel dividing the work among Sub performe~, by any trade. (b) The Contractor: Service for acts and omissioi Subcontractors and their empl the coordination of the work SuppUers. (c) The Postal Servi~ differences between et amen or Suppliers. 21. INDEMNIFICATION The Contractor shall Postal Service and its offi~ employees from aU claims, action, expense and/or Il,bi or on account of any pets received or sustained by any 1 lng out of, occurring, or att under or related to this cent from the negligent acts or subcontractor, or any empl the contractor or any subcont 22. CONTRACT AND Bee If the successful bide or provide the required petfo the time established in the to default, and the Postal: requ/red work performed by to whom award was origin; excess cost to the Postal Sei be applied toward offsetting 23. ADDITIONAL BONE If any surety upon a with this contract becomes or if any such surety fails t~ condition from time to time the Contractor shall prompt as may be requh~[ from ~ of the Postal Service and el rials in the prosecution of 24. AUDIT-PRICE ADJL~ (a) For purposes, pricing data submitted in co~ modification of this contracl in excess of $100,000 was a Contracthl8 Officer or his au the expiration of three yea under this contract, have t records, documents, papers, involve transactions related mit .adequate evaluation of along with computations and (b) The Contracto~ Lng this paragraph (b) in all entered into exceed $I00, contractor" in place of "Con 25. SUBCONTRACTOR ADJUSTMENTS (a) Paragraphs (b) operative only with respect made pursuant to one or m~ involves a price adjustment ment of this clause shall be ~ce. The divisions or sections of ~ded to control the Contractor in :ontractors, or to Limit the work hall be responsible to the Postal ;s of his own employees and of oyees. He shall be responsible for ~f the trades, Subcontractors and ; will not undertake to settle any the Contractor, Subcontractors, tve harmless and indemnify the .-~, agents, representatives, and loss, damage, actions, causes of iV/ resulting from, brought for, ~nal injusy or property damage ~erson, persons, or property gxow- dbutable to any work performed tact, resulting in whole or in part )missions of the contractor, any )yee, agent or representative of 3,ctor. IDS er fails to execute the contract .Tnance and payment bonds within )id, this contract shall be subject ;ervice may proceed to have the contract or otherwise. The bidder Iiy made shall be liable for any vice, and the bid guarantees shah ich excess cost. SECURITY ny bond furnished in connection lrmcceptable to the Postal Service ~ furnish reports as to his financial as requested by the Postal Service, .y furnish such additional security ~e to time to protect the interests persons supplying labor or mate- · work contemplated by this con- FMENTS ff verifying that certified cost or tjunction with any change or other which involves a price adjustment :curate, complete, and current, the thorized representatives shall until :s from the date of final payment 1e right to examine those books, and other supporting data which to this contract or which will per- the cost or pricing data submitted projections used therein. agrees to insert this clause, inciud- mbcontracts hereunder which when )00, substituting the word "Sub- ~ctor." {:)ST OR PRICING DATA-PRICE and (c) of this clause shah become :o any change or other modification ~re provisions of this contract which ~n excess of $100,000. The requi~e- limited to such price adjustments. Co) The Contractor shall require Subcontractors here- under to submit, in writing, cost or pricin~ dstta under the foLlowil~ circumstances: (1) Prior to award of any cog-reimbursement type, ~-ne and material, labor-hours, incontive, or price redeter- miuable subcontract, the price of which is expected to ~xceed $I00,000; (2) Prior to the pricin~ of any subcontract change or other modification for which the price adjustment is expected to exceed $100,000, where the price or price adjust- ment is not based on adequate price competition, established catalog or marke~ prices of commercial items sold in substantiel quantities to ~he general public, or rates or prices set by law or resulstion. (¢) The Contractor shali require Subcontractors to certify that to the best of' their knowiedge and beliof the cost and pticins chta submitted under perqraph Co) above LM accu- rate, complete, &nd curront es of the date of execution of' the contract modification which date shall be as cioso as possible to the date of' aszeement on the nefottated price. (d) The ContracttnS shsil insert the substance of this clause includin~ this para.apb (d) in cach subcontract hereunder which exc~ts $I00,000. 26. CERTIFICATE OF CURRENT CO~T OR PRICING DATA In connection with the negotiation of any chan~ or other modification of this contntct which involves a price adjustment in excess of $100,000, the Contractor dmtl furnish cost or pricin8 data u requi~d by the Contmctin~ Officer and, es soon as practicable after a~eement is t~ached on price, dmli furnish a certffication of' its accuracy, completene= and using PS Fo~n ?4?0. 27. PRICE REDUCTION FOR DEFECTIVE ~ OR PRICING DATA-PRICE ADJUSTMENT~ (a) This clause shall become operative with respect to any change or other modification of' ~ contract which invokes a price adjustment in excels of $100,000 that il not basad on adequate price competition, established catalog or merket pflces of commercial items sold in substantial quantities to the Sen- e~l public, or prices set by law or ~esu~tion. The right to price reduction under this clause shall be limited to tach price adjustments. CO) If the Contracth~ Officer determines tlmt any price, including profit or fee, negotiated in connection with any price adjustment under this contract was increased by any si~- nflcant sum because the Contractor, or any Subcontractor pursuant to the clause of this contract entitled "Subcontractor Cost or Pricing Data-Price Adjustments" or any mbcontmct clause therein required, furnished incomplete or inaccurate cost or pricht~ data or data not current as of the date of' exe- cution of his Certificate of Cur~nt Cost or Pricing Data, then such price shall be reduced accordin~y and the contract shall be modified in writing to reflect tach reduction. NOTE: Since the contntct is subject to reduction under this clause by reason of defective cost or pricing data submited in connection with certain subcontracts, it is expected that the Contractor may wish to include a clause in each such subcontract requlrin~ the Subcon- tractor to appropriately indemnify the Contractor. It is also expected that any Subcontractor mbject to tach indemnification will generally require substantially similar indemnification for defective cost or pricing data required to be submitted by his Lower-tier Sub- contractors. (c) Failure to agree on a reduction shall be a dispute concerning a question of fact within the meaning o£ the "Claims and Disputes" clause of this contract. 28. COVENANT AGAINST CONTINGENT FEES The Contractor warrants that no person or selling agency PS Form 7391, July 1984 (p. lOofYg) has been employed or retal upon an a~ent or u: centqe, brokerage, or c( employees or bona fide es ci~ maintained by the Co business. For breach or ~, S~ice shall have the ~ liability or, in its discretio or consideration, or oth( such conmflasion, percem~ OFFICIAt.~ NOT T~ No member of' or cb missioner, shall be admitted or to any benefit that ~ not be construed to cotlmmtion for its ~ 30. GRATUITIES (JUL (a) The x~ht of terminated by written no the Postal Service Boerd ~ the Contmctor, or the Cc (1) Offared merit or ~, ~ft) to an offica and (2) Intende tract or favorable t~tmeat (b) If tl~ contmc the contract. (¢) The rights an~ remedl~ provided by law or 31. PERMI'r8 AND RE~J Tho Contr~tor tho Porn1 Se~lce, be liceaess md p~ and: Fedend, State, and munk in connection with the dmtlady responsible for ttmt occur as a retort of hi proper safety and health workees, the public, ~d th be responsible for all mate until completion and ac. ce work, except for any corn which theretoforo may have 32. FEDERAL, ~TATE ,I (a) Except es m) tract, the contract price in and local taxes and duties. CO) Neverthclon, ~ tax or duty on ~he tran~ contract, if a Statute, court tion takes effect after the co~ (1) r~ults i pey or bern the borden of; or incre~a in the rate there been payable on such tran price shall be incramed by or rate increase, provided that no amount for such or duty or rate incr~se as a contingency res~e or (2) n~ults b to pay or b~ the burden, drawback of, any such Fede otherwis~ have bean pay~bh ned to solicit or secure ~ contract derstandins for a commission, per- ,nttngent fee, excapth~ bona fide ~ablished commerical or ~ a~n* ntntctor for the purpose of securing olation of this waninty the Postal ~tt to annul this contract without ~, to deduct fxom the contract price rwiso recover, the fuli amount of ~, brokerage or contingent fee. ) BENEFIT te~ato to Cong~u, or resident com- to any sha~e or psrt of this contract, , arise therefrom; but this provision :tend to this contract i~ made with a ~nafit. the Contractor to proceed may be ica fi, a/let notice and a hexrins, f Contract Appexil determines that ntractor's agent or other represen- or save a ~ramity (e.g., enter~J~n- r or employee of the Postal Service; by the sratuity to obtain a con* rider a contract. : is terminated under (a), the Postal the same remedies as in a breach of remedies of the Postal Service pro- addition to any other rights and und~ this contract. ONglBI LITIE$ L without addition-I expemo to )nsible for obtaining any !or complyinl with any applicable tpei laws, codes, and reSu~tinns, · ecudon of the work. Ho ~ be dMnqes to persons or fault or ne~Igence. He ~ take cautions to protect the work, the B property of others. He shall also ~ ~ and work performed pt~nce of the entire construction )l~ted unit of construction thereof ~'~ ~_-pted. ND LOCAL TAXES be otherwise p~ovided in this con* dudes ail applicable Federal, State ~h respect to any Federal excise tions or property covered by this d~n, written ruling, or reBula- itract date, and - ] the Contractor bein~ required to ny such Federal excise U~x or duty ~f which would not oth~3vise have ~ctJons or property, the contract the amount of such tax or duty he Contractor warrants m writing tewly imposed Federal excise tax · s included in the contract price herewise; or t the Contractor not bein8 required ~f, or in his ohtainin$ a refund or afl exci~ tax or duty which would on such tranractiom or property or which was the basis of an increase in the contract price, the contract price shall be decreased by the amount of ~he relief, refund, or drawback, or that amount shall be paid to the Postal Service as directed by the Contracting Officer. The contract price shall be similarly decreased if the Contractor, through his fault or negligence or his faliure to follow instruc- tions of the Contracting Officer, is required to pay or bea~ the burden of, or does not obtain a refund or drawback of, any such Federal excise tax or duty. (c) No adjustment of less than $100 shall be made in this contract price pursuant to paragraph Co) above. (d) As used in para~aph Co) above, the term "con. tract date" means the date set for bid opening, or ff ~ is a negotiated contract, the contract date. A~ to additionai sup- piim or services procured by modification to this contract, the term "contract date" means the date of such modifica- tion. (e) Unless there does not exht any reasonable ba~ to mshfin an exemption, the Pearl Service upon the request of the Contractor shall, without further liability, furnish evi- dence appropriate to establish exemption from any Federal, State, or locai tax; provided ~hat, evidence appropriate to esub- lish exemption from any Federal excise tax or duty which may give rise to either an increase or decrease in the con~act price will be furnished only at the discretion of the Postal Service. (f) The Contract shall promptly notify the Con- tracting Officer of matters which will remit in either an in- crease or decrease in the con~act price and shall ~ke action with respect thereto as dkected by the Conwacf~ng Officer. 33. ASSIGNMENT OF CONTRACT AND CLAIMS (a) Except u otherwise provided below, ne/ther this conuact nor any interest in or claims for monies due or to become due under this contract, may be ttm~ferred or assigned by the Contractor to any other par~. Co) If this contract provides for payments a~te~at- ins $1,000 or more, claims for monies due or to become due the Contractor from the Postal Service under this contract may be MlJaned to a bank, trust company, or other flnanctn~ institution, including any Feder~ lendln~ agency, and may thereafter be further as~ned and realigned to any such lmti- tution. Any such assignment or reassignment shall cover all amounts payable under this contract and not aL-andy paid, and shall not be made to more than one party except that any such a~ignment or reaasianment may be made to one party as a&ent or trustee for two or more parties participatin8 in such f'mancing. No assianment or reassignment will be recog- nized as valid and binding upon the Postal Service unle~j a written notice of the assignment or teMsignment, together with a true copy of the instrument of Msignment, is fled with (1) the Contracting Officer, (2) the surety or sureties upon the bond or bonds, if any, in connection with this contract; and (3) the disbursing officer, if any, designated in this contract to make payment, and the Contracting Officer has acknowl- edged the assignment in writing. (c) The Postal Servic~ may at its discretion recognize a transfer of this contract incidental to the transfer of all of the Contractor's assets or aL1 that part of the Contractor's assets involved in the performance of this contract. (d) Assignment of this contract or any interest in or claims for monies due or to become due under this contract other than in accordance with the provisions of this clause shall be grounds for annulment of this contract at the option of the Postal Service. The fights and remedies of the Postal Ser- vice under this clause are not exclusive and shall be in addition to any other rights and remedies provided by law or under this contract. BUY AMERICAN (a) In accordance with the poUcies of the Postal Service regarding the Buy American Act (41 U.$.C. lOa.lOd), the Contractor agrees that only domestic construction mate- PS Form 7391, July 1984 (0. 11 of 19) / rial will be used (by the C~nfracror, Subcontractors. Mare- rialmen, and Suppliers} in t~e performance of ~ contract, except for nondomestic materi~d lhted in the contract. CO) "Domestic con,ruction material" means any article, material, or supply I~rought to the cor, atruction site for incorporation in the build~ or work. An unmanufactured iomestic construction material" construction material is a if it has been mined et produ ufactured construction mate1 material" if it' has been and if the cost of its corn produced, or manufactured percent of the cost of ail its any article, material or toPI sUuction mateti&L (c) A 'domestic o to have been "mined, produce States" (regardlett of its rial, or supply in which it in the United States and the determined by the Postal Set or manufacuued in the tunable available commercial quality. 36. PAYMENTS (JULY 191 (a) The Postal Servi hereinafter provided. CO) The Postal Se~ monthly u the work ptocce~ dete~nined by the Contmcti~ by the Contractin~ Officer. tractins Officer baled upon actual bond costs may be inc (c) Before the first tract becomes due, the Cont of the contact price accepta~ values in the breakdown will payments. The Contractor's rated throughout the life of th (d) l'~paratory wm consideration in preparh~ esl merits are baaed. (e) Unless otherwi~ if the contract price is more that will be incorporated int~ com~deration in compurin& material is delivered on the tot and properly stored by or similar suitable place wi reasonable distance in excess by the Contracting Officer. I for delivered material stored furnish to the Contractin8 ~ requite as proof of the qua~ Before each such payment is off the site, the Contractor cer properly executed bills uponwhich payment is beins (f) Estlmatse on w shall include the value [as d~ ceo of satisfactory inplace change order as to which :ed in the United States. A man- iai is a "domestic construction mfactured in the United States onents which have been mined, the United States exceed~ 50 ~mponents. "Component" means directly incorporated in a con- nponent" shall be considered t, or manufactumi in the United :e ~n fact), ff the a~cle, mate- incorporated was numufactured component is of a clm or kind dca to be not mined, produced, :ed States in sufficient and rea- quantities and of a satisfactory will pa)' the contract price as ce will make progre~ payments or at more f~equent intervah u Officer, on estimate~ approved ~bject tO approval by the Con- athfactory evidence of payment, ~ded in the contractor's eatimates. progress payment under this con- ,'actor shall prepa,-e a breakdown ~s to the Contracting Offlce~. The bo used for determint~ pro.ass verhead and profit shall be pro- done will not be taken into [mates upon which progress pay- ~ provided in the specifications, than $$0,000, material delivered tho structure will be taken into ~rogres~ payments, provided the :e, or is delivered to the Conu'ac- im in a warehouse, storage yard, dn 25 miles of the site or such of 25 miles as may be approved ;efore each such payment is made on the site, the Contractor shall )fflcer such evidence as he may tit/ and value of such materials. aade for delivered material stored ~all furnish the Contractin80ffi- f sale for the delivered material ~ch progress payments ate based termined by the Contracting Of/i- work performed purmant to a innl agreement on the equitable dP_rice adjustment has not been] eached. . ~ ~.,~._(g) In making suc! progress payments, there~ "~e ret~L~ercent of the ~ stimated amount u~31~ib'f~al eom- pletion and ac~s~L~of ~he contrac~ . However, if ~r t~~e that satisfactory pro- ~ntr?J~fflcer may authorize ~ of the amount ad~quate for the protection of the P.~l~ Ser~'~._his discretion, may release to the Co~W~t%r all or a portio-'~O~.such excess amount. Furth~e, on com- pletion and accep~w~..of each separate~l~fl~ding, public work or other 'division of the~i~_tract,.~,,~hich the price is stated s~tract,.j~t may be mede therefore the~uue' ' ' 30(g)_ ~ sub"~ct or purchase,, ord~~ontnctot' in p~ "Con- ~' d (h) All material and work coveted by progress pay- ments mede shall thin. upon become the sole property of the Pos~l Service. but this provision shall not be construed as relieving the Contractor from the sole responsibiUty for all material and work upon which payments have been mede or the ~stomtion of any dnmal~d work, or as waiving the right of the Postal Service to l~qnire the ftent of nil of the terms of the contr~t. (i) Upon completion and acceptance of ail work. the amount due the Contractor under this contract shall be paid upon the presentation of a properly executed voucher and after the ConUactor shall have furnished the Postal Ser- vice with a release of ail claims against the Postal Service arising by virtue of this contract, other than claims in stated amounts as may be specifically excepted by the Contractor from the operation of the release. If the Contrnctor's claim to amounts payable under the contract has been a~igned as provided in the "Assignment of Claims" clause, a release may also be r~ qnired of the assignee. CERTIFICATION OF PAYMENT The Contractor, prior to receiving a progress or i'mal payment unde~ this contract, shall submit to the Contracting Officer, a certification that the Contractor has made payment from proceeds of prior payments, or that he will make timely payment from the proceeds of the progress or i'u~l payment then due him to Ids Subcontractors and Suppliers in accord- ance with his contractual arrangements with them. 37. FURNISHING INFORMATION AND RECORDS (a) If the Contractor or any Subcontractor under this contract, or the officers or agents of the Contractor or any Subcontractor. shaH refuse or have refused, except as provided by the terms of the prime contract involved, to fur- nish to the Postal So.ice information or records reasonably pertinent to this contract, or any other Postal Service con- tract in connection with which the Contractor or such Sub- contractor has or shaH have performed work or furnished mate- rials or supplies or undertaken so to do, the following action may be taken: Co) In the case of a refusal by the Contractor, its officers or agents, the Postal Service may, alter affording an opportunity to explain or justify such refusal, terminate the contract and thereupon the Postal Service may avail itself of the rights and remedies provided in pitra~-aphs (a) and (b) Of the clause entitled '~l'ermination for Default-Damages for Delay-Time Extensions" of this contract in addition to any other rights and remedies provided by law or under this con- (c) In the case of a refusal by a Subcontractor. its officers or ~gents, the Postal Service may, after affording an oppon'unity to explain or justify such refusal, requke the Contractor to terminate the subcontractor without cost to the Postal Service, or if the Contractor fails or r~fuses to effect such termination, the Postal Service may terminate the Con? tractor's right to proceed with the work under this contract and thereupon the Postal Service may avail itself of the rights and remedies referred to in subparagraph Co) above. (d) The term "Subcontract" as used in this paragraph means any contract entered into, or any purchase order issued by, a Prime Contractor under a contract with the Postal Service, PS Form 7391, July 1984 (~. 12of19) in connection with the peril obligations under such Postal (e) The term "Sut l~aph means a party to a Contractor under the related 38. U.S. POSTAL SERVI DATA {Unlimited) The Postal Service sh; benefit of the Postal Servic fications, notes and other w~ of thh contract, including ti Postal Service work without does hereby ~mt to the 1~ to nil such data which he ~ des~m as to which he may claim under the dean l~t~ tractor, for a pe~od of tltree project, agrees to lunch an~ or copies of ail such materla lng Officer. 38. PATENT INDEMNITY ff the amount of tl~ the Contractor sludl indenmt cers, a~,mts, a~d employees for infringement of any U~ lette~ patent issued upon an hereafter be kept secret or, order of the Government} a delivery of supplies, or out flcaton, or repair of r~l prop structton"} under this contn by or for the account of tt or construction work. The fo unless the ConUactor shall practicable by the Postal Set such infring~nent, and shall as is afforded by applicable ticpate i0 the defense therl shaH not apply to: (a) an pliance with specific writtel Officer directing a change in the materials or eqnipmen~ nor of performance of the cc Contractor; Co) an infringen or chan~e in. such supplies ~ struction work performed wh subsequent to delivery or pc (c) a claimed infringement M sent of the Contractor. unle court of competent judsdictiol 40. NOTICE AND A~SIS~ AND COPYRIGHT INF The provisions of this the amount of this contract ex (a) The Contractor Officer, promptly and in teas or clahn of patent or copyl performance of this contrac knowledge. CO) In the event of a~ Service on account of any aHe meat aidsing out of the perfor the use of any supphes furmsh, hereunder, the Contractor she when requested by the Contr information in possession of suit or claim. Such evidence a~ ,rmance of the Prime Contractor's Service contract. contractor" as used in this l~tra- ubcontrsct other than the Prime )ostal Service contract. CE RIGHTS IN DESIGNS AND dl have unlimited rights, for the :, in ail drawings, designs, speci- ,rk developed in the performance · right to use same on any other additiomd cost to the Postal Ser- :to the Contractor ag~es to and ,stol Service a royalty-free Ucense ay cover by copyright and to ail assert any rights or establish any at or copyright laws. The Con- (3) years after completion of the to provide access to the originals on the request of the Contract- contract is in excess of $5,000, 'y the Postal Service and its of fi- against liability, including costs, ted States letters patent {except application which is now or may ~therwise withheld from issue by ~ out of the manufacture or ~f construction, alteration, modi- ~rty (hereinafter re/erred to "con- ct, or out of the use or disposal · Postal Service of such supplies regoing indemnity shall not apply ~ave been informed as soon as ice of the suit or act/on alleging rove been g/yen such opportunity aws, rules, or regulations to par- }f; and further, such indemnity afringement resulting from corn- instructions of the Contracting the supplies to be delivered or to be used, or directing a man- ntract not normally used by the ent resulting from addition to, ir components furn/shed or con- ich additon or change was made fformance by the Contractor; or h/ch is settled without the con- reqnired by f'mal decree of a %NCE REGARDING PATENT IlNGEMENT lense shall be appUcable only if eeds $10,000. shah report to the Contracring ~nable written detail, each notice ight infringement based on the of which the Contractor has ty ~ or suit against the Postal ged patent or copyright infringe- n~ance of this contract or out of ,'d or work or services performed II furnish to the Postal Service, ~cting Officer, all evidence and ~e Contractor pertaining to such intbrmation shall be furnished at the expense of the Postal Service except where the Contractor has agreed to indemnify the Postal Service. (c) This clause shall be included in all subcontracts which exceed $10,000 in amount. 41. AUTHORIZATION AND CONSENT The Poatal Service hereby gives its authorization and consent {without prejudice to any rights o£ indemnification} for ail use and manufacture, in the performance of this con- tract or any part hereof or any amendment hereto or any sub- contract hereunder {including any Lower-tier subcontract} of any invention described in and covered by a patent of the United States ia) embodied in the structure or composition of any a_nicle the delivery of which is accepted by the Postal Service under this contract, or Co) utilized in the machinery, tools, or methods the use of which necessarily results from compliance by the Contractor or the using Subcontractor with (1) specifications or written provisions now or hereafter forming a part of this contract, or (2) specific written instru- ments given by the Contracting Officer directing the manner of performance. The entire liability to the Postal Service for infringement of a patent of the United States shall be deter- mined solely by the provisions of the indemnity clauses, if any, included in this contract or any subcontract hereunder {including any Lower-tier subcontract}, and the Postal Service assumes liability for all other infringement to the extent of the authorization and consent hereinabove granted. 42. EQUAL OPPORTUNITY (This clause is applicable if the amount of the contract exceeds $10,000.} During the performance of this contract, the Contractor agrees as folIowa: ia) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take afl'um- ative action to ensure that applicanta are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including appren- ticeship. The Contractor agrees to post in conspicious places, available to employees and applicants for employment, notices to be provided by the Contracting Officer setting forth the provisions of this nondiscrimination clause. (b) The Contractor will, in all solicitations or adver- tisements for employees placed by or on behalf of the Con- tractor, state that all qualified applicants will receive consid- eration for employment without regard to race, color, religion, sex, or national origin. (c) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency Contracting Officer, advising the labor union or workers' representative of the Con- tractor's commitments under the "Equal Opportunity" clause, and shall post copies of the notice in conspicious places avail- able to employees and appUcants for employment. id) The Contractor will comply with all provisions of Executive Order 11246 of September 28, 1965, as amended by Executive Order No. 11375 of October 13, 1967, and of the rules, regulations, and relevant orders of the Secretary of Labor. (e) The Contractor will furnish all information and reports required by Executive Order 11246 of September 28, 1965, as amended by Executive Order No. 11375 of October 13, 1967, and by the rules, regulations, and orders of the Secre- tary of Labor or pursuant thereto, and will permit access to his books, records, and accounts by the Postal Service and the PS Form 7391, July 1984 (p. 13 of 19) Secretary of Labor for purp compliance with such rules, if) In the event of with the nondiscrimination any of such rules, regulatio be cancelled, terminated or and the Contractor may be d~ Service contracts in accord~ in Executive Order 11246 of by Executive Order No. 113' other sanctions may be impc vided in Executive Order 11 amended by Executive Ordex or by rules, regulations, or or as otherwise provided by la' (g) The Contractor paragraphs ia) through order unie*.~ exempted by Secretary of Labor issued p, utive Order 11246 of Sept~ Executive Order No. 11375 . provisions will be binding ug The Contractor will take mc contract or purchase order as a means of enforcing ~ for non-compliance: Provide~ Contractor becomes involve gation with a subcontractor tion by the Postal Service United States to enter into eats of the United States. ia. PARTICIPATION OF MINORITY BUSINES~ It is the policy of th participation of small busin procurement of constructior cable consistent with its pro. tot agrees to follow this this contract. REPORTING SMALL BUSINES~ ENTERPRI (This clause is applic, excess of $30,000.) The Contractor shall: periodic reports of subcontr.' t-ust-tier subcontractors and and suppliers below the fir form requited by the Cont be submitted on a quarterly dar quarter after contract a Contracting Officer not late the beginning of each quarte] tracting transactions during purposes, material suppliers as subcontractors. 45. UTILIZATION OF MI ENTERPRISES (JUL~ {This clause is appli~ in excess of $1 O. 000.} ia) It is the policy business enterprises shall ha~ tunity to participate in the tracts. ih) The Contractm carry out this policy in the fullest extent consistent w this contract. As used in enterprise is a concern of ~ by, and of which the man; tions are controlled by, on~ ~ses of investigation to ascertain ,~lations and orders. the Contractor's noncompliance clause of this contract or with as, or orders, this contract may suspended in whole or in part, .~lared ineligible for further Postal ~nce with procedures authorized September 28, 1965, as amended rS of October 13, 1967, and such sed and remedies invoked as pro- 246 of September 28, 1965, as No. 11375 of October 13, 1967, )rder of the Secretary of Labor, ¥. will include the provisions of n every subcontract or purchase des, regulations, or order of the irsuant to Section 204 of Exec- ~mber 28, 1965, as amended by )f October 13, 1967, so that such on each subcontractor or vendor. a action with respect to any sub- as the Postal Service may direct ch provisions including sanctions however, that in the event the in, or is threatened with liti- vendor as a result of such direc- ~e Contractor may request the ach litigation to protect the inter- ;MALL BUSINESS AND ENTERPRISE CONCERNS = Postal Service to encourage the ms and minority concerns in its to the maximum extent practi- .'urement objectives. The Contrac- ne policy in the performance of BUSINESS AND MINORITY SE PARTICIPATION (JULY 1984) rble to construction contracts in ubmit to the Contracting Officer ets for material or labor with all uppliers, and with subcontractors ~t tier exceeding $2,000, in the ;acting Officer. The report shall basis commencing the first calen- #ard, and shall be furnished the than 10 working days following The report shall indicate subcon- ~e previous quarter. For reporting and vendors shall be considered ~IORITY BUSINESS ' 1984) 'hie to construction contracts in of the Postal Service that minority the maximum practicable oppor- ~erformance of construction con- agrees to use his best efforts to award of his subcontracts to the ith the efficient performance of his contract, a minority business hich at least 51 percent is owned gement and daily business opera- or more members of a minority group. (For the purpose of this det't~ition, minority group memben are U.S. citizens who are Black Americans, Hispanic Americans, Native Americans, Asian-Pacific Americans or Asian-Indian Americans. The term "Native Americans" means American Indians, Eskimos, Aleuts or native Hawaiians. "Asian- Pacific Americans" means those whose origins are in Japan, China, the PhiUppines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands, Northern Mafiana Islands, Laos, Kampuchea or Taiwan. "Asian-Indian Americans" means those whose origins are in India, Pakistan or Bangledeah.) Contractors, acting in good faith, may rely on written repre- sentations by Subcontractors re~ardin$ thei~ status as minority business enterprises in lieu of an independent investi~tion. 4~. MINORITY BU~INE~ ENTERPRISES SUBCONTRACTING PROGRAM (T~ clause b ~pi~ble :o ~c~n con~c~ In ~cen of $5~, 000.) (a) ~e Con~or ~s to ~b~ ~d fat defln~ ~ the c~e enffri~ "U~l~a~n of Mi~H~ ~t. and mpp~s u~r ~ ~n~. In ~ co~o~ th~ ~ ~or ~: (1) ~ a ~n Offi~t who ~ ~ini~ (2) ~e ~nate ~d ~y co~on ~ ~ "m~buy' d~ (3) ~ ~at ~o~ ~o~ ~ enters ~ ~ve ~ ~ui~b~ o~ffi~ to ~m~e for mb~n~s, p~ly by ~ ~~ ~e for the p~pm~on of bidk q~g~ ~o~ ~ ~ ~es m ~ to fa~ ~e ~pa~on of ~o~ b~ n~ ent~ (4) M~ m~t~ ~o~ (i) ~d~s which have been a~pt~ to ~mply ~ ~9 ~H~ ~t fo~ ~d a~ con~s to ~ofl~ b~ (~) ~dudo ~s U~on of ~ B~- m~ofl~ bu~eM ent~ mbmn~ op~. (6) C~te ~ ~e ~n~ Offl~ ~te~ ~oc~ ~d ~s ~t the Cont~ Of~r may from ~e to t~e ~ndu~. (7) ~u ~n~or f~ ~ to ~, pro~io~ w~ ~ co~o~ mbs~y to ~e ~ of ~ c~e. 47. AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA (MARCH 1983) {This clause ir applicable to contract~ in execs; of $10,000./ (a) Tho Contractor must not discriminate against any employee or applicant for employment because he or she is a disabled veteran or veteran of the Vietnam era in regard to any position for which the employee or applicant for employ- ment is qualified. The Contractor agrees to take af~ative action to employ, advance in employment, and otherwise treat qualified disabled veterans and veterans of the Vietnam era without discrimination based upon the/r disability or vet- erans' status in all employment practices such as the follow- lng: employment, upgracfing, demotion or transfer, recruit- ment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training including apprenticeship. PS Form 7391, July 1984 (~o. 14 of 19) Co) The Contracto ment openings of the contra execution of this contract performance of this conm by this contract and inclu, being performed but exdu ated corporate affiliates, office of the State emniovrm State and local gov contracts of $10,000.00 or: openin~ with the appmprh smvice, but are not requ~ in pmsraphs (d) and (e). (c) Listtns of ment service systmn pursus least concurrently with the 1 or effort and shall involve t to the placing of a bona ~ of refmTals of veterans and ment openh~ does not re job applicant or front any and nothing herein is extert any requkements in Execut nondiscrimination in employ: (d) Whenever the bound to the listing provi~ the employment ~wtce establishments of the name tion in the State. As long bound to these provisions m there is no need to advise ti tracts. The Contractor may no longer bound by this con~ (o) This clanse do~ ment openings which occot States, the District of Cohr v~stn b~nd~ (f) Tho provisions (e) of this claus~ do not a to ~ pu~snant to a custont tlcul~ openi~ once an eft cants outside of his own ment for that opening. (1) "An m~ eludes, but is not limited to lowing job categories: prod and office; labours and mpe~dmry; technical; and fesslonai ope.in? u less then $2~,000.00 per y employment, temporary e~ duration, and part-time empl mss which the Contra~or p~ organization ot to fiti putsm employer-union hiring ainu tionai institutions which institution. Under the mc employment opening may n lng such situations where not reasonably be otherwi~ be contrary to national sec of listing would otherwise n Government. (2) "Approp~ ment $er~ce ~ystem" me, il State national system of assigned responsibility for ment opening is to be ~led. Guam. Puerto Rico. and the V ? agrees that atl suitable err,~loy- rtor which exist at the time of the md those which occur during the .ct, including those not generated ting those wherein the contract is ting those of independently oper- dl be listed at an appropriate local ~t service svstem. ~nunent agencies holding Federal note shall aJ~o list atl their suitable tm off~ce of the State employment to provide those reports set forth )yment openings with the employ- at to this clause shall be made at · m of any other recruitment source tm nctrm~ obligations which attach ob order, including the acceptance m-veterans. The listin~ of employ* auire the hiring of any particular [mrttculat group of job applicants, led to relieve the contractor from nent. Contractor becomes contractually ons of this clause, it shall advise ,~em in each State where it has and location of each hiring loca- as the contractor is contractuMly id has so advised the State system, ~e gtatm system of subsequent con- advise the State system when it is not apply to the listing of employ- and a~ filled outside of the 50 tbta, Puerto Rico, Guam, and the of paragraph Co), (c), (d), and rply to openings which the Con- within his own organization or ay and traditional employe~.union. ~usion does not apply to a par* ployer decides to consider appll- ,i~nqion or employer-union arrange- 'nble employment openings" in- , openings which occur in the roi- action and non-production; plant nechanics; supervisory and non- xecutive, administrative, and pro- ~mpenasted on a sahu-y buis of ear. This term includes fuU-time ployment of more than 3 days oyment It does not include open- oposes to f'fll from within h/s own nt to a customary and traditional ~ement nor openings in educa- e zestricted to studenU of that st compellinS circumstances an ~t be suitable for l/sting, includ- needs of the Government can- supplied, where listing would rity, ot where the requirement )t be for the best interest of the iate office of the State employ- the local office of the Federal- mblic employment offices with ~ing the area where the employ- nduding the District of Columbia, ixgin Islands. (3) "Openings which the Contractor proposes to f'ill from within his own organization" means employment openings for which no consideration will be given to persons outside the Contractor's organization (including any afffiiates, subsidiaries, and the parent companies) and includes any open- ings which the contractor proposes to f'fil from regularly estab- lished "recaLl" lists. (4) "Openings which the Contractor .pro.pose~. to ifil purmant to a custumar/ and traditional employer-union hiring arrangement means employment openings which the contractor proposes to /'ill from union hails, which is part of the customary and traditional hiring relationship which exists between the contractor and representatives of his employees. (h) The Contractor agrees to comply with the rules, regulations, and relevant orders of the Secretary of Labor ismed pursuant to the Vietnam Em Veterans Readjustment Assistance Act, 31 U.S.C. 2012 ("the Act"). (i) In the event of the Contractor's non-compliance with the requirements of this clause, actions for non-compliance may be taken in accordance with the rules, regulations, and relevant orders of the Secretary of Labor issued pursuant to the Act. (j) The Contractor agxees to post in conspicious places, available to employees and applicants for employment, notices in a form to be prescribed by the Dkectur of the Office of Federal Contract CompLiance Programs, provided by or through the Contracting Officer. Such notice shall state the Contractor's obligation under the law to take affirmative action to employ and advance in employment qualified disabled vet- erans and veterans of the Vietnam era. (lc) The Contractor will notify each labor union or representative of workers with which it has a collect/ye bargain- in~ agreement or other contract understanding, that the Con- tractor is bound by the terms of the Vietnam Era Veterans Readjustment Assistance Act, and is committed to take affirma- tive action to employ and advance in employment qualified disabled veterans and veterans of the Vietnam era. (1) The Contractor will include the provisions of this clause in every mbcontract or purchaser order of $10,000.00 or mote unless exempted by rules, regulations, or orders of the Secretary issued pursuant to the Act, so that such provisions will be bantling upon each Subcontractor or Vendor. The Contractor will take such action with respect to any mbcontract or purchaser order as the Director of the Office of Federal Contract Compliance Programs may direct to enforce such provisions, including action for noncompliance. 48. AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS {This clause is applicable ro construction contracts in excess of $2,500.00} (a) The Contractor w/Il not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The con- tractor agrees to take affiramtive action to employ, advance in employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices such as the following: employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. (b) The Contractor agrees to comply with the roles, regulations, and relevant orders of the Secretary of Labor issued pursuant to the Rehabilitation Act of 1973, 29 U.S.C. 793, as amended ("the Act"). (c) In the event of the Contractor's non-compliance with the requirements of this clause, actions for non-compliance may be taken in accordance with the rules, regulations and relevant orders of the Secretary of Labor issued pursuant to the Act. PS Form 7391, July 1984 {0. I5of191 (d) The Contractor places, available to employee notices in a form to be prescl of Federal Contractor COral through the Contracting Off Contractor's obligation under to employ and advance in e~ employees and applicants fol applicants and employees. (e) The Contractor ot representative of workers bargaining agreement or off the Contractor is bound by Act, and is committed to ta and advance in employment capped individuals. (f) The Contractor . clause in every subcontract o: more unless exempted by m Secretary issued pursuant to such provisions will be bindin8 doz. The Contractor will take subcontract ot purchase otdl of Federal Contract Complia force such provisions, indue 49. PARTICIPATION OF C SURPLUS AREAS It is the policy of the partidpation of concerns in a labor surplus in its procureme~ maximum extent practicable objectives. The Contractor ag 50. CONVICT LABOR The Contractor agrees employed in the performance 51. INSPECTION AND AC (a) Except as other inspection and test by the Pos manship required by this cont times and at the site of the w ces determines that such insp, is to be incorporated in the of production, manufacture, To the extent specified by th of determining to make off-sit tion or test shall be conclusiw volved conforms to the cont inspection or test shall not r~ sibility for damage to or loss tance, not in any way affect th Service after acceptance of ! terms of paragraph g of this provided. · Co) The Contractor any material or correct any w~ Serv/ce not to conform to th in the public interest the Po such material or workmanshi ment in contract price. The C gate and remove rejected matezi (c) If the Contractc rejected material or correct re Service (1) may, by contract ~ rial or correct such workmans to the Contractor, or (2) may to proceed in accordance with clause of these General Provisio~ (d) The Contractor additional charge, all facilities agrees to post in conspicious ; and applicants for employment, ibed by the Director of the Office ,Llance Programs provided by ot cer. Such notices shall state the the hw to take af£umative action aployment qualified handicapped employment, and the rights of will notify each labor union with which it has a collective er contract understanding, that the terms of section 503 of the ~re af£Lm~ative action to employ physically and mentally handi- viii include the provisions of this r purchase order of $2,500.00 or Les, resulations, or orders of the Section 503 of the Act, so that upon each Subcontractor or Ven- such action with respect to any r as the Director of the Office tce Programs may direct to en- ing action for non-compliance. 3NCERNS IN LABOR Postal Service to encourage the · as of persistent and substantial .t of property and services to the consistent with its procurement ~ to follow this same policy. that no convict labor will be ~ this contract. EPTANCE rise provided in this contract, ~1 Service of material and work- tact shall be made at reasonable ork, unless the Contracting Offi- ,,ction ot test of material which ;otk shall be made at the place ot shipment of such material. Contracting Officer at the time inspection or test, such inspec- as to whether the material in- act requirements. Such off-site lieve the Contractor of respon- of the material prior to accep- = continuing rights of the Postal ~e completed work under the clause, except as hereinabove shall, without charge, replace ~rkmanship found by the Postal ; contract requirements, unless ~tal Service consents to accept ) with an appropriate adjust- 'ontractor shall promptly segre- from the premises. does not promptly replace :cted workmanship, the Postal r otherwise, replace such mate- dp and charge the cost thereof terminate the Contractor's right the "Termination for Default" S. hall furnish promptly, without Labor, and material reasonably needed for performing such safe and convenient inspection and test as may be required by the Contracting Officer. AH inspection and test by the Postal Service shall be performed in such manner as not to delay the work unnecessarily. Special, full size, and performance tests shah be performed as described in this contract. The Contractor shall be charged with any addi- tional cost of inspection when material and workmanship are not ready at the time specified by the Contractor for its inspection. (e) Should it be considered necessary or advisable by the Postal Service at any time before acceptance of the entire work to make an examination of work already com- pleted, by removing or tearing out same, the Contractor shall, on request, promptly furnish all necessary facilities, labor, and material. If such work is found to be defective or non- conformin~ in any material respect, due to the default of the Contractor or his Subcontractors, he shall defray all the ex- penses of such examination and of satisfactory reconstruction. If, however, such work is found to meet the requirements of the contract, an equitable adjustment shall be made in the contract price to compensate the Contractor for the additional services involved in such examination and reconstruction and, if completion of the work has been delayed thereby, he shall, in addition, be granted a suitable extension of time. (f) The Contractor shall give the Contracting Officer at least ten (10) days advance written notice of the date the work will be fully completed and ready for f'mai inspection and tests. Final inspection and tests will be started within ten (10) days from the date specified in the aforesaid notice unless the Contracting Officer determines that the work is not ready for f'mai inspection and so informs the Contractor. (g) Unless otherwise provided in this contract, accep- tance by the Postal Service shall be made as promptly as prac- ticable after completion and inspection of ail work requited by this contract. Acceptance shall be f'mal and conclusive except as regards latent defects, fraud, or such g~oss mistakes as may amount to fraud, or as regards the Postal Service's rights under any warranty or guarantee. 52. BUILDING CODES, FEES AND CHARGES (a) State and local building codes and regulations do not apply as a matter of law to work inside the property lines of Postal Service-owned properties but generally do apply to Postal Service-leased properties. In compliance with U.S. Postal Service policy the Contractor shall comply with all State and local buldling code requirements unless otherwise specifically provided. (b) The Contractor shall obtain and pay aH fees and charges for connection to outside services and for use of prop- erty outside the site. 53. ACCIDENT PREVENTION (a) In the performance of the contract, the Contrac- tor shall comply with the applicable provisions of the Occupa- tional Safety and Health Act of 1970. (b) The Contractor will maintain an accurate record of, and will report to the Contracting Officer, in a manner and on the forms prescribed by the Contracting Officer, exposure data and aH accidents resulting in death, traumatic injury, occupational disease and damage to property, materials, sup- plies and equipment incident to the work performed under this contract. 54. PROTECTION OF EXISTING VEGETATION, STRUCTURES, UTI LITIES AND IMPROVEMENTS (a) The Contractor will preserve and protect aH existing vegetation such as trees, shrubs, and g~ass on or adja- cent to the site of work which is not to be removed and which does not unreasonably interfere with the construction work. Care will be taken in removing trees authorized for removal to avoid damage to vegetation to remain in place. Any limbs or branches of trees broken during such operations or by the operation of equipment, < with a clean cut and pain compound as directed by th. (b) The Contract existing improvements or work, the location of whi~ repair or restore any dam failure to comply with t~ the failure to exercise rea the work. If the Contractc damage promptly, the Con sary work performed and t~actor. HEAT Unless otherwise s wise by the Contracting Of (1) Provide work materials and equlp~ and cold; (2) Protect necessary to produce and than 50 degrees FaHrenh~ placing, settin~ and curins appUcation, setting and cuff (3) Provid~ the area where such work less than 70 degrees Falu (10) days before the pla materials and continuin8 ~ pancy of the area, whichev~ 58. DEBRIS AND CLE~ (a) The Contracl work, remove and dispose keep the premises clean. (b) The Contrac work, remove aH construc (except ,~ter~ls or ec/ui~ ~ice property ~ provide( otherwise provided in th broom clean condition addition, the Cont~ctor clean and polish aH plaster d~opplngs, stains. work; clean hardware, c and stainiess steel; temo~ surfaces, clean fLxtures an~ 57. MEASUREMENTS AH dimensions she stoas required for work t place, shah be verified b ment of the existing w~ contract requirements a~ referred to the Contracti thereby has been performe SURVEY MCN~UMI (a) The Postal S, such general reference p~ proceed with the work. T ments where shown or s any previously established or displaced, or that n promptly notify the Cont~ (b) The Contra~ llshed bench marks and = in locations without the Officer. Established refer ered, destroyed or distu~ ,r by workmen, shah be trimmed ~ed with an approved tree pruning Contracting Officer. 3r will protect from damage aH ,~tilities at or near the site of the :h is made known to him, and will ~e to such faciities resulting from requirements of this contract or ~)rmble care in the performance of fa/Is or refuses to repair any such ti'acting Officer may have the neces- :harge the cost thereof to the Con- ~.~/fied, or unless directed other- ~cer, the Contractor shall: heat as necessary to protect aH nent .?inst injury from dampness , cover and/or heat, as may be maintain a temperature of not less it (1) in the concrete during the , and (2) in the plaster during the ~g. heat as necessary to produce in is to be done a temperature of not .'nheit for the period beginning ten :in~ of interior f'mishes and i'mish intil completion or beneficial occu- : is earUer. MING or shall during the progress of the of the resultant dirt and debris and ;NTS AND BENCH MARKS .'~ce has established, or will establish, ints as will enable the Contractor to te Contractor will provide new monu- ~ectfied. If the Contractor finds that reference points have been destroyed )ne have been established, he shah acting Officer. tot shaH protect and preserve estab- ionuments and shaH make no changes written approval of the Contracting ;nee points, which may be lost, coy- bed in the course of performance of ~n of existing work and aH dimcn- ~at is to connect with work now in the Contractor by actual measure- ~rk. Any discrepancies between the the existing conditions shall be 1~ Officer before any work affected :or shaH, upon completion of the :Ion equipment and surplus materials merit that are to remain Postal Set- ! by this contract}, and except as s contract, leave the premises in a ~tisfactory to the Postal Service. In ~taH, upon completion of the work, , replace any broken glass, remove ~ots, marks and dirt from decorated ~an aH exposed interior aluminum 'e paint spots and smears from all wash aH concrete, tile and linoleum the work under this contract or which require shifting because of necessary changes in grades or locations shall, subject to prior approval of the Contracting Officer, be replaced and accurately located or relocated [as appropriate) at the Con- tractor's expense, by a licensed enginer or licensed land sur- veyor. (c) New monuments shall be 6 inches square by 3 feet deep (unless otherwise specified), of concrete or stone, with a 3-inch copper or brass pin, 3/8-inch in diameter, in the center, and shall be set flush with ~he ground or pavement in locations indicated on the site plan. (d) Monuments will not be requited where lines of building(s) are coincident with property lines. (e) The Contractor shall verify the figures shown on the survey and site plan before undertaking any construc- tion work and shall be responsfole for the accuracy of the t'mished work. (f} After completion of construction and prior to f'mai payment, the Contractor shall furnish the Postal Service blueprints [in triplicate} of plans showing the exact location of construction survey monuments with references to true property lines. 59. SAMPLES (a) After the award of the contract, the Contractor shall furnish for the approval of the Contracting Officer, samples required by the specifications or by the Contracting Officer. Samples shall be delivered to the Contracting Officer or to the architect aa specified or as directed. The Contractor shall prepay all shipping charges on samples. Materials or equipment for which samples are required shall not be used in the work until approved in writing by the Contracting Officer. (b) Each sample shall have a table indicating: (1) Name of project building or facility, project title and contract number. (2) Name of Contractor and, if appropriate, name of Subcontractor. (3) Identification of material or equipment with specification requirement. (4) Place of origin. (5) Name of produce~ and brand [if any). Samples of f'mish materials shall have additional markings that will identify them under the finish schedules. (c) The Contractor shall mail under separate cover a letter in triplicate submitting each shipment of samples and containing the information required in (b) above. He shall enclose a copy of this letter with the shipment and send a copy to the Postal Service representative on the project. Approval of a sample shnll be only for the characteristics or use named in such approval and shall not be construed to change or modify any contract requirement. Substitutions will not be perrnitred unless they are approved in writing by the Contracting Officer. (d) Approved samples not destroyed in testing will bc sent to the Postal Service representative at the project. Approved samples of hardware in good condition will be marked for identification and may be used in the work. Materials and equipment incorporated in the work shall match the approved samples. Other samples not destroyed in testing and not ap- proved will be returned to the Contractor at his expense if so requested at time of submission. (e) Failure of any material to pass the specified tests will be sufficient cause for refusal to consider, under this con- tract, any further samples of the same brand or make of that material. The Postal Service reserves the right to disapprove any material or equipment which previously has proved unsatis- factory in service. (f) Samples of various materials or equipment de- livered on the site or in place may be taken by the Postal Ser- vice representative for testing. Samples failing to meet contract requirements will automatically void previous approvals of the items tested. The Contractor shall replace such materials or equipment found not to have met contract requirements, ~ r:~,.... 7~Cll h,h, 10R4 /n, 17nte?qj or there shall be a proper a determined by the Contractir (g) Except as otb called for in the specificatio) of such tests. Where tests a~ specifications but are requir Postal Service will pay all < services unless the tests indk rials used by the Contractor ings, specifications, approve materials. In such event, the shall remove all work and u replace with work and mate All tests pertaining to ph of materials shall be made Contracting Officer. 60. SPECIFICATIONS AB (a) The Cent.facto of the drawings and specifi the Contracting Officer ac~ in the specifications and no~ on the drawings and not m~ be of like effect aa if showl difference between drawin tions shall govern. Co) In case of ct scale drawings, the large-sc~ on any contract drawing sh~ information on that or any the drawings where a portic out and the remainder is si or drawn out shall apply at work. (c) Where the wo~ Lugs, it shall have a general meaning identical, and all ¢ tion to their location and of the work. (d) tn case of dis~ drawings, or in the specifica submitted to the Contract make a determination in w~ tractor without such a dete and expense. The Contracti to time such detail drawing: consider necessary, unless otl 61. STANDARD REFERI (a) All documenti not limited to. rnanuais. specifications) which are c pose of establishing requb materials, or workmanship u to be incorporated herein aa the specifications of this following: (1) Whereve Specifications or the PubUc Specifications, Interim Ami [nterim Federal Standards, eral Standards, the Contra¢ ments set out in the issue < except as modified or as tions of this contract. (2) Wherev document other than those the Contractor shah comp in the edition specified in the latest edition or revision ment or supplement thereto tion for Bids on this project. tjustment of the contract price as g Officer. erwise specified, where tests are a the Contractor shall pay ail costs e not specificaUy called for in the .~t by the Contracting Officer, the osts of such tests and engineering ate that the workmanship or mate- are not in conformance with dr'aw- l shop drawings, or the approved Contractor shall pay for the tests, taterial so failing to conform, and rials which are in full conformity. tslcal and/or chemical properties in a laboratory approved by the iD DRAWINGS shall keep on the work a copy ations and shall at ail times give .,ss thereto. Anything mentioned shown on the drawings, or shown .,ntioned in the specifications, shall or mentioned in both. In case of and specification, the specifica- ~rence between small- and large- e drawings shall govern. Schedules dl take precedence over conflicting other contract drawing. On any of n of the work is detailed or drawn own in outline, the parts detailed ~) to all other ILke portions of the d "similar" appears on the draw- meaning and not be interpreted as etails shall be worked out in rela- their connection with other pa~s epancy either in the figures, in the :ions, the matter shall be promptly Lng Officer, who shall promptly iting. Any adjustment by the Con- rmination shall be at his own risk ng Officer shall furnish from time ~ and other information as he may .erwise provided. ;NCES and publications (such as, but kandbooks, codes, standards and ted in this contract for the pur- cments applicable to equipment, nder this contract, shall be deemed fully as if printed and bound with contract, in accordance with the reference is made to Standard Buildings Service, Interim Federal ndments to Federal Specifications, or Interim Amendments to Fed- tot shall comply with the requite- r edition identified in this contract therwise provided in the specifica- r reference is made to any such ~pecffied in subparagraph (1) above, .y with the requirements set out this contract, or, if not specified, thereof, as well as the latest amend- in effect on the date of the Invita- except as modified by, as otherwise provied in, or a~ lim/ted to type, ch~ or/~le, by the specifi- cations of thh contract. Co) Federal Specifications, Fedend Standards, and Standard Speciflcatiom of the Public Bulldin~s Service may be ob~ined from the Bus/ne~ Service Center at any GSA Re~ion~ Office. Inqu/fies re~a~ding "Commercial Stand. ds", "Product Standards" and "Simplified Practice Recommen- dation'' should be addre~ed to the Office of Product Stan- dards, National Bureau of Standa~h, Wa~fin~on, D.C. 20234. Publicatiom of A.~odafiom referred to in the ~pecifications may be obtained dkecfly from the A~ociation. (c) Upon reque~, the Contractor shall make avail- able at the job fire within a reasonable time, a copy of each ~ manu~l and standard which i~ incorporated by reference in flfl~ contract and which governs quality and workmanship. B2. SHOP DRAWINGS, COORDINATION DRAWINGS AND SCHEDULES ia) Th~ Contractor shall submit shop drawings, co- ordination drawing, and schedules for approval as required by tho spec/flcation~ or reque~ed by the Con~ractin~ Officer u follows: (b) Shop dsawin~ shall include fabrication, erection d~awin~ ~ and control din~an~, cut~ or entire eatalo~, pamph~, da~r/~ l/teratu~, and l~dorm~ce and (c) Drawin~ end schedules, other than catalog, pamphle~ and ~ printed material, ~ be ~ubmitted in reprodudble form with ~wo print~ made by a proce~ approved by the Contracfl~ Officer. Upon approval, the rewoduciable form ~ be ~e~tu'ned to the Con~'actot who ~ then furnish the ~mmber of additional pflnU, not to exceed ten (10), quimd by the Spechl Conditiom of the speciflcatiom. The Con~'tor shall submit shop dmwi~ in catalog, pamphlet and ~ l~inf~d form in a m/n/mum of four (4) copies plus a~ many additional copies a~ the Contractor may dele or need for hl~ use or use by Subcontractors. (d) Before mbmittin~ shop drawin~ on the mechani- cal and electrical work, the Con.actor ~ subnfit and obtain the ConU'acfl~ Officer's approval of such lh~ of mechanical and electri~ equ/pment and materiah a~ may be required by the ~lcatiom. (e) The Contra~oz shall check the drawinss and schedules$ shah coordinate thenl (by means of coordination drewings wherever required} with the work of aH trades in- involved before submission and shall indicate thereon his approvaL Drawings and sehedul~s submitted without evidence of the Contractur's approval may be returned for resubnfi~on. (0 Each shop drawing or coordination drawing shall have a blank ax~a $ by $ inches, located adjacent to the tire block. The fire block shaH display the following: (1) Number and title of drawing; (2) Date of drawing or revis/on; (3) Name of project building or fac/lity; (4) Name of Contractor and (if name of Subconlxactor submitlin$ drawing; (5) Clea~ identity of contents and location of the work; (6) Project title and contract number. (g) Unless otherwisa provided in this contract, or otherwise directed by the Contracting Officer, shop drawings, coordination drawingr and schedules shaH be submitted to the Contracting Officer, with a letter in triplicate, sufficiently in advance of construction requirements to permit no less than ten (10) work/ng days for checking and appropriate act/on. (h) Except as otherwise prov/ded in subparagraph (i) of this clause, approval of drawings and schedules will be general and shaH not be construed as: (l) Permitting any departure from the con- tract requirements; Form 7391, July 1984 (1~. I8 of 19) (2) RelievinR sibRity for any errors, inclm rials; (3) Approvi~ furnished by the Contracting (i) If dsawings o~ the contract requirements t or for other ~easons, the C~ tions in his letter of transmi Officer may approve any o: appropmte change order. I: such v~iation~ he shall no' for executins the work in a thoush such drawinss or sc RECORD "AS BUILT (a) The Contractoz work, keep a master set of; shall keep a careful and nea contract drawings pt~red ~e made dufin~ the course of (b) Upon completi~ prints shaH be c~,tifled a~ tc of the Contractor and tumid u~ by him in the 64. ~PARE-PARTS DATA The Contractor shall different item of ~quipment a complete Hst of parts and and ~muce of mpply; a list c normally furnished at no es equipment, or specified hm of the contract; and a list by the manufa~eer to a~u of 180 days at the pattit~h not rdleve the Contractor Suarantees specified herein. CONSTRUCTION (a) Within 30 days the Contractor shall prepar Officer for approval, six (61 chart. The d~rt ~ show con~ondl~ ~ those u progz~s paymenu am ba~d tot propose~ to earry on th~ start each of the categoric. dates for complctin~ the sa ~ale to indicate graphically uled to be in place at any payment period, or at suc~ tracting Officer, the Contra~ reflect any chan~e~ in the or both as approved by the tho chart tho total (3) submit th~ copies of ing Officer. (b) If, in the opin actually in pla~ fall~ behir shaH take such action as n~ addition, the ~ontracting O to submit a revised chart de posed plan to make up lag completion of work within lng Officer £mds the prop~ require the Contractor to plan is not agreed upon, th the ~ontractor to increase plan and equipment, or the additional cost to the Postal the Contractor of the respon- ling details, dimensions and mate- departures from full-size details )fficer. . schedutes show variations from ~cause of standaxd shop practice ntractor shaft describe such vafia- ttaL If acceptable, the Contracting all tach variations and issue an the Contractor fails to describe be relieved of the respons/billty cordance with the contract, even tedules may have been approved. DRAWINGS shall, during the progress of the tints on the job site, on which he : record of ali deviations from the by the Architect-Engineer which the work. ,n of the project, these "as built" their correctness by the signature over to the Krehitect-Engineer for of a permanent set of "as built" hmish spate-parts data for each furnished. The data shall include supplies, with current unit prices f pa-ts and supplim that a~ either Ua cost with the purohase of the ~h~fter to be furnished as part ~f additional i~en~ recommended ~e efficient operation for a period ~ installation. The for~oin~ shall of any responsibfl/tim under the IGRESS CHART after receipt of notice to proceed, and submit to the Contracting copies of a practicable progress the principal categories of work ~d in the breakdown on which the order in which the Contrac- work, the date on which he will of work, and the contemplated ac. The cha~ shall be in suitable he total percentage of work sched- ime. At the end of each progress intervals as directed by the Con- :tot shall (1) ad]ust the chart to contract work, completion time, Contracting Officer, (2) enter on ge of work actually in place, and xe adjusted chart to the Contract- ,n of the Contracting Officer. work d that scheduled, the Contractor :ersery to improve his progress. In ~flcer may requke the Contractor monstrating his program and pro- n scheduled progress and to insure :he contract time. If the Contract- sed plan not acceptable, he may bmit a new plan. If a satisfactory ." Contracting Officer may require the work force, the construct/on number of work shifts, Vathout ervice. (c) Failure of the Contractor to comply with these requirements shall be considered ~rounds for determination by the Contracting Officer that the Contractor is failing to prosecute the work with such diligence as will insure its com- pletion within the time specified. 66. POSTAL SERVICE OCCUPANCY (a) The Contracting Officer reserves the ri~t of partial occupancy or use of facilities, services and utilities, prior to final accepu~nce, without implying completion acc~.mnce of any p~.,-:, of the Frojec~ by the POs~[ Semce. Prior Co such occupancy or use, he shaJl furnish the C,~nwac- tor w/th an kern/zed ~ of work r~r~.i.i~g to be t~n'ormed or con-ceded. Co) Costs incurr~ u a r~tt o£ such pardal occu- pancy or use of facilifi~ s~vices and uu!i~s ~ suig~c:, to equir~ble adju.rlmen£ ~nd~r the provisions of the clause and the 'Equitable Adjuscmenr~" ~-t,,,~e of these (c) Necessary Ies~olation and repai~ of rl~m~ ins from partial occupancy or use shifll not be at the expense of the Conuactor. 67. GUARANTEES (JULY 19841 (a) Unless otherwi~ provided in the speck~c=dons. the Con;actor guai-.mte~s ail work to be in accordance with conWact requirements and f~e from defective o; inferior ma[e- rials, equipment and workman.ship for one year zfter the date of fatal acceptance of the project. Co) If. within any ~uar~t=e period, the Office Ends that guaranteed work needs to be reprisal or chan=-.ed because of the use of materials, equipment, or work° manship which, in his opinion, are inferior, defective, or not in accord=ncc with the te.-ms of the con;z-act, he ;h~I! so inform the Contractor in wririn; and the Corm'actor shall promptly and without additional expense to the Postal Service: (1) Pk, ce in ~ satisfactory condition all of such guaranteed work; (2) Satiffaclor~y correct all damage to equip- merit, the sim. the buildin~ or contents ~he.-cof. which is the ~sult of such unsatisfactory D~.rameed wodc; and (3) Sadsfac:.on~y con, ct any wo~. materials, and equipment that al~ ~ed in ful~lin.- the =~mmntee, includ- in; any disturbed work, materaiLs and equipment that may have been guaranteed under another contract. Should the Contractor fail to proceed promptly in accord- once with the ~uaranlee, the Postal Service may have such work performed at file expense of the Cunt. fac=or. (c) Any ~ecial ~uaranlees thai may be r~lul~ed unde. r the conwac~ shatl be subiect .m :he stipulations se; forth above, i.-,~ofar as they do not confli~ with. the provisions of such_spedal gua_r-J.n~ees. (d) The Contractor guarantee or warranty of e~ thereof which is furnished installer in the ordinn_.-y cc plier's or insraller's business ~ractor shall obtain and fumi marion which is requl~d in ~ or wan-anW legally binding both the information and Postal Service in su/fiaient or wan:mW or, if no time 1i 68. CLEAN AIR AND WA ffhir ~e ~ applicab offer er. cede $I 00,00~ finite ~ ~d ~n~ w~ ~c~ ~ nor oM~e ~e Con~o~ (a) To ~mpty 114 of ~e ~ AP A~, u u ~d~ by ~bEc ~w ~eml ~ar~ Poi~oa Co ~en~ by ~b~c ~w ~n~ ~ be p~o~ m~ _~c~on A~ ~e ~A ~ov~ ~e ~e c (c) To no~y · e mc~pt of ~y ~t ~y ~W ~oposed b ~d~ ~d~don to be FaciE~ks. (d) To ~ ~e m Water Ce~don ~n~ pro~o~ of ~ ~e ~t, ~ ~ ~e above ~t~, te~ for defa~ ('Errv~ u~¢n-,ai Protection the i~'ovis/om for ~ may be found al ~0 35.(g) In making such I be retained 5 percent final completion and However, if the Contrac' that satisfactory progr~ Contracting Officer may in full without retentic whenever the work is sub Contracting Officer, if retained to be in excess the protection of the Po discretion, may release portion of such excess a completion an.d acceptanc public work or other day which the price is state payment may be made ther perc.en.tage. The Contrac provisions of this claus or purchase orders, subs "Contractor" in place of "Postal Service",and sub "Subcontractor" in place shall obtain each transferable dpment, materials or installation F any manufacturer, supplier or · se of the manufacturer's, sup- or Wade. In addition, the Con- ~ to the Postal Service all inior- ~rder to make any such guarantee and effective, and shall submit te guaran~e~ or wa.tTant'y to the me to permit the Postal Service nit is speci~ed, prior to comple- ER (JULY 1975) Fe ro Otiz contract o~y if: (i] the ~d~r~ r~r o~ for $100,000 ~ ~y y~, or {~) red on the E~A L~ of ~ ~n~ic~ or (iv} the con~cr ~faHo~ ~ ~e ~emen~ of Se~on m~d~ (42 U~.C. 1857, et s~.. ~1 Act (~ U~.C. I~i, m~er. ~ of ~e Wo~ ~ by a 5~ ~d on ~e :PA) L~r of ~o~ny Fac~i~ a ~ aw~d~, ~e=, ~d un~ ~y ~e Con~ct~ Offi~ r, ox ~ ~e under. ~ con.ct ~led on the ~A L~r of Vio~dn~ ~stance: (O of any Clean Air and tiffs solicitation and (ii) of the every nonexempt subcont'~ct., :o t~ such s't'~gs as the Postal ,f enforcin~ these orovisions. t the Contra~or'fails to comply lr.~, his right to pe~o~n may be dr, or suspended/'or such fa~ure, gency _~/~uafions implementing mi:ed by the .~e~-~..,~ed stymies -~.) rogress payments, there shall the estimated amount until eptance of the contract work. lng Officer finds at any time ss is being made, the authorize payment to be made n of a percentage. A1 so, stantially complete, the he considers the amount of the amount adequate for stol Service, at his to the Contractor all or a nount. Furthermore, on ~ of each separate building, ision of the contract, on d separately in the contract, ~fore with retention of a tot shall include the -~ 35(g) in all subcontract Cituting the word "Contracting Officer" or ~tituting the word of "Contractor". SUPPLEMENT TO GENERAL PROVISIONS Paragraph 1 Add subparagraph (d): (d) "Specifications" means the Contract Documents consisting of si drawings, schedules, addenda and all authorized changes to the co~ Paragraph 24 In subparagraph (b) change: "This paragraph (b)" to read: "Subparagraph (a) above." Paragraph 25 In subparagraph (d) change: "Contracting" to read "Contractor". Paragraph 32 In subparagraph (f) change: "Contract" to read "Contractor". Paragraph 58 In subparagraph (f) after words "Postal Service" add "one sepia a )ecifications, ltract. U.S. PosTAL SERVICE CONSTRUCTION CONTRACT i~ See Instructions on Reverse 3. CONTRACTOR NAME AND ADDRESS 1. CONTRAC1 2. DATE OF 0 INDI [] PAR' [] ,~Ol~, [] CDR THE 5. ISSUING OFFICE (Name and Address) 6. cONTRACT FOR (Work to be performed) 7. PLACE 8. CONTRACT PRICE (Expressed in words and figures) 9. WORK SHALL BE STARTED (Date) / 10. 11. FISCAL DATA WORK SHALL BE cOMPL~ 12. '['he United States Postal Service {hereinafter called the Postal Sera'ice), repremntcd by the Contra contract, and the individual, partnership, joint vcnturc, or corporation named above (hereinafter agree to perform this contract in strict accordance with the General Provisions (PS Form 7391), specifications, schedules, drawings, and conditions: L PS Form 7390 July 1974 NO; INT RACT BOX tlDUAL NERSHIP vENTURE ~ORATION, iNCORPORATED IN STATE OF ' ED (Date) :tin~g Officer executing this :lied the Contractor), mutually id tim folio'wing designated 13, ALTERATIONS. The following alterations were made in this contract before it was signe( ~rties hereto: 14. IN WITNESS WHEREOF, THE PARTIES HERETO HAVE EXECUTED THIS DATE ENTERED ON THE FIRST PAGE HEREOF. THE UNITED STATES POSTAL SERVICE SIGNATURE TYPED NAME OFFICIAL TITLE NAME OF SIGNATURE BY TYPED NAME TITLE INSTRUCTIONS 1. The full name and business address of the Contractor must be inserted in the space provided on the face of the form. The Contractor shall sign in the space provided above with his usual signature and typewrite or print his name under the signature. 2. An officer of a corporation, member of a partnership, or agent signing for typed name and title contract executed b Contractor shall be copies of his power of authority to act on bel ~r U.S. GOVERNMENT PRINTING OFFICE ' AS OF THE :tot shall place his signature. name of the Contractor. A ~y or agent on behalf of the by two authenticated or other evidence of his Contractor. P --- ~ OATE BO~O EX~CVT£O (Must be same o* la;e' ERFORM~,NCE BOND (See Iastructio.s oa reverseJ J I pRINCIP~ (Legal name and business addres~f TYPE OF ORGANIZATION (e[X'S one) ~ INDIVIDU~ J~ PARTNERSHIP / ~ ~URE J~ ~R~RATION / STATE OF INCORP~ATION/ SURETY{ IESI (Name(s) and business address(es)) PENA~ C~TRACT DATE ~R~T NO. KNOW ALL MEN ~Y THESE PRESENTS, That we, the P~cipa] and Su;ety(ies) hereto, ~e f~mlyl bound to the ~ited States Postal Se~ice (he;e~nafte; ca[]ed the Posta] Se~ice) ~ the above penal ~m fo; the payment of wh~c~lwe b~nd ouTse[ves, our ~e~, executors, adm~ist;ators, a~d successor, jointly a~d seve;a~y: ~o~MeE, That, wheze the Sureti~ ate co~o;atioas acting as co-sureties, w~, the Sureties, b~d ou~e]ves ~ suc~ ~m "jointly and ~era]ly" as allowing a joint action or actions a~st a~y o; aH of us, and ~or a]~ other pu~oses eac~ with the Pr[~c~pal, for the payment of ~ch ~m only as is set fo~ op~site the name ~icated, the ]imit o~ ~ab~hty sha~ be the fu~ amount of the penal ~m. ~E COND[T]O~ OF THIS OB~I~AT[O~ IS S~CH, ~at whereas the Principal entered into the contract identffied above; NOW, ~EEEFOEE, ff the Principal ~]: (a) Pe;~o~ a~d ~u]~H a]l the undertakings, covenants, te~s, conditions, a~d agreements o~ saidl co~tmct during t~e od~n~ term o~ said co~tract ~d a~y extens~om ~er=o~ ~at ma~ be Bra~ted b~ the ~osta] Surety0es), ~d dufi~; the life o~ any Euaranty requked under ~e comract, a~d shall ~so peffo~ a~d ~utfiH ~ ~e u~de~a~, covenants, te~s, co~ditio~s, a~d a~;eeme~ts o~ a~y a~d aH ~u]~ au~or~zed m~i~cat]ons made, notice of w~ch m~ifications to the Surety(les) berg hereby waived; and ~ , (b) If the said contract is subject to the M~er Act, as amended (40 U.S.C. 270a-270e), pay to the ~sta~ Semite the full mount of the taxes imposed which are collected, deducted, or wit~eld from wages paid by the Principal in ~ar~ing out ~e construction contract with respect to which this bond is furnished; ~en the above obligation shall be void and of nol~fect. IN WITNESS ~EREOF, the Pr~cipal and Surety(les) have executed ~is perfomance bond and hqve af~med date set forth above. / / PRINCIPAL / 1. Z. ' (Seal) I (3~1) Gorporate Nam,{s) & ~' Z. / Seal Title(s} / ( Type d) / INDIVl DUAL SU RETY(IE~ l. 2. (Seal) I I Nares(s) ~. ' Z 1 CORPORATE SU R ETY{, ES} / N.e& I STAT~ O. < Address I I / ~ ~i,n...(.) / PS Form 73~5 July 1971 CORPORATE SURETY(lES) (Continued) Name.. & STATE OF INC. .ITY LIMIT Address m Corporate ~ Signature(s) 1. 2. Seal ~ Nome(s) & I. 2. Title(s) (Typed/ Nome .q- I STATE OF' Ihl~. ILITY LIMIT U Address I >- 1. 2. Corporate ~U~ Signature(s) Seal ~ Name(s) & I 2. Title(s) (Typed/ STATE OF INC. LITY LIMIT Nome & ] Address c~ Corporate >- I. 2. ~ Signature(s) Seal :::) Name(s) & ! Z. ~n Title(s) (Typed/ STATE OF INC. IL. ITY LIMIT Nome & uJ Address >' 1 2. · Corpora te ~ Signature(s) Seal ~ Name(s) & 1 Title(s) (Typed/ STATE OF INC. /LITY LIMIT Nome & u. Address Corporate )' 1. 2. ~ Signature(s) Seal ~ Nome(s) & I. Title(s) (Typed)Name & J STATE OF INC. ILITY LIMIT Address o Corporate >- 1. ~ Seal ~ Signature(s) ~ Nar. e(s) & 1 Z. Title(s) (Typed) INSTRUCTIONS 1. This form /s authorized for use m connection with contracts for construction work or the furnishing of supplies or services. There shall be no deviation from tiffs form without approval in accordance with the provisions of Postal Con- tracting Manual 1-109. 2. The full legal name and business address of the Principal shall be inserted ir, the space designated "Principal" on the face of this form. The bond shall be signed by an authorized person. Where such person is signing in a representative capacity (e.g., an attorney-in-fact), but is not a member of the firm, partnership, or joint venture, or an officer of the corporation involved, evidence of his authority must be furnished. 3. (a) Corporations executing the bond as sureties must be among those appearing on the Treasury Department's List of approved sureties and must be acting within the limitations set forth therein. Where more than a single corporate surety is involved, theft inserted in the "CORPORATE identification of 1 (b) Where be two or more Individual furnish assets and require. 4. rate seals. word "Seal"; shall also affix $. The name should be typed oU.S.Governmer addresses (city and State) shall be A, Surety B, etc.) headed lES)", and in the space designated face of this form 0nly the letter shaU be inserted. :ties execute the bond, they shaU persons. A completed Affidavit of 7328), for each individual surety, Such sureties may be required to information concerning their as the Postal Service may the bond shall affix their corpo- execute the bond opposite the in Maine or New Hampshire, seal. ~erson signing this performance bond ce provided. Office: 1974 -- 650-425/1221 Region 5-I PAYMENT BOND (See Instruction~ on reuerse) · 'CUTED (Muse be =m~e or IC~NTI al KNOW ALL MEN BY THESE PRESENTS,That we, the Principal and Surety(ica) hereto, are firmly b~und to the United Stat~ Postal Service (hereinafter called the Postal Service) ia the above penal sum for the payment of which' w~ bind ourselves, our heir~, executors, administrators, and successors, jointly and severally: Provided. That, where the Sureties :~re corporations acting as co-sureties, we, the Sureties, bind ourselves in such sum "jointly and severally" as well as'"severally" only for the purpose of allowing a joint action or actions against any or all of us, and for all other purpose~ each Surety binds itself, jointly and s~verally with the Principal, for the payment of such sum only aa is s~t forth opposite the name of such Su. rety, ut.if no limit of liability ia indicated, the limit of liability shaU be the full amount of the penal sum. THE CONDITION OF THIS OBLIGATION IS SUCH,' that whereas the Principal entered into the contrac NOW/THEREFORE, if the Principal shall promptly make payment to all persons supplying labor and of the work provided for in said contract, and any and all duly authorized modifications of said contt .made, notice of which modifications to the Surety(ica) being hereby wa/red, then the above obligatic effect. IN WITNESS WHEREOF, the Principal and Surety(les) have executed this Payme~'t b~nd and have set forth above. -- Title(s) fT.,pea) (Trped/ Addrese .< >- t-- Signatut.(s} ~ Name(s) & Title(,) '\ (Typed) - PS Fo,m 7325-A July, 1971 PRINCIPAl 2. INDIVIDU AL SURETY(IIg'SJ (Seal)I Z· CORPORATE 5LI RETYII ES} identified above; taterial La the prosecution act that may hereafter be n shall be void and of no xed their gals on the date (Seal) Corporate J: ISTAT[ OF INC. JLIABILITY LIMIT Corporate Seal / CORPORATE SURETY(II:S) (Continued) m Name & SignMurl(I) I. Z, Cor~oraM Nmi(s) & Title(m) Addre. I ~gneeu~.) Corporate Seal Name(a} & I. 2. Title(s) Addr.im Slgn~w~.) I. Z. Corpom~ TiU~t) Signatuve(~) I. 2. Corpora:e Name(s) & Title(s) Sigfl~ure(I). I. 2. Carporu:e Hame(s) & ~1. . 2. ~ille{s) - Addree. I. Z. Corporate Signefu~e(m} - Sea~ Hame(I) & 1. 2. Title(~) (T~ed) .) INSTRUCTIONS I. ~ form, t'or th· protection of persons supplyir~ labor tnd mlterisl, shsll be used when~er · payment bond is requited under t~e act of August 24, 1935, 49 Stat. 793, u amended (40 U.S.C. 270a-270e). The~ s~aLl be no deviation from this form without · ppmv,~ in acco~lsnce with the previous of P0mi Con~c~nl Mtnu~l 1-109. 2. The lull le~l name aztd business add.ss of the Principal ~all be imened in the space designated "Princil~" on tl:.e face of the form. The bond ~ be s~gned by an authorized pexsoa. Where such person is si&nih& in a representative capacity (e4., an attomeydnJact), but is nat a m~nber of the firm, partnenhip, or joint venture, or tn officer of the corporation involved, evidenc~ of his authority must be furnished. 3. (a) Corporatians executin& the bond u sureties must be amonl those appenzing on the Treasury D~pstrtmcnt's L~st of approved sureties a~d must be acting within the limitations set forth therein. Where more than · sinf~e corporate mt (city and State) ~ headed "CORPORATE "SURETYOES)" on the of the Suxedes ~aa Cb) Where indiv~du~ more responsible petsous. (PS Form 7328), for each Such sureties may be Information concemin& Post~ Service may r~quis~. 4. Corporations Individuals shaU execute executed in Maine or 5. The name of each typed in the ~pace r~lved, their names and addresses spaces (Surety A, Stucty B, etc.) S)", and in 0re spruce desi~tzted only the letter identilic?tion the bond, ~ey shall be two or Affidsvit of Indiv~lual Surety shall accompany thc bond. furnish additional subst~nt~tmg and f'mancial capability as the ~d shall alTLx theLt corporate seals. the word "S~"; ~, · ~, ~ ~o aff~ ~ ~e~ve ~. U.S. Postal Service Labor Standards Pro¥isions Applicable to Contracts in Excess of $; I. DAVIS BACON ACT (40 U,S.C. 276a-a(7) a. Minimum wages. (I) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual rela- tionship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reason- ably anticipated for bona fide fringe benefits under section l(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of sub-paragraph (a)(4) of this clause; also, regular contributions made or costs incurred for more than a weekly period (but not less often then quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classi- fication of work actually performed, without regard to skill, except as provided in the clause entitled "Apprentices and Trainees." Laborers or mechanics performing work in more than one classi- fication may be compensated at the rate specified for each classi- fication for the time actually worked therein: P~ovided, That the employers payroll records accurately set forth the time spent in each classification in which work is performed. The wage deter- ruination (including any additional classification and wage rates conformed under subpara~aph (a)(2) of this clause and the Davis- Bacon poster (WH-I321) shall be posted at all times by the con- tractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (2)(A) The contracting officer shah require that any class of laborers or mechanics which is not listed in the wage deter- mination and which is to be employed under the contract shah be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (i) The work to be performed by the classifi- cation requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate. including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) if the contractor and the laborers and mechanics to be employed in the classification (if known), or thcig represen- tatives, and the contracting officer agree on the classification and wage rate (including thc amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to thc Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an autho- rized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 3e-day period that addition~ time is necessary. (C) In the event the contractor, the laborers or me- chanics to be employed in the classification or their representa- fives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Admin- istrator for determination. The Ad representative, will issue a determin~ and so advise the contracting officer within the 30-day period th: (D) The wage rate (inc appropriate) determined pursuant {a)(2)(C) of this clause shall be p: work in the classification under th on which work is performed in the ct (3) Whenever the minimum contract for a class of laborers benefit which is not expressed as shall either pay the benefit as stal or shall pay another bona fide fri: equivalent thereof. (4) If the contractor does or other third person, the contracb wages of any laborer or mechanic ti ably anticipated in providing bona f or program, t~ovided, That the Sect the written request of the contractc of the Davis-Bacon Act have been may require the contractor to set as for the meeting of obligations under 2. CONTRACT WORK HOURS ACT - OVERTIME COMPENSA (a) Overtime requirements. tot contracting for any part of the quire or involve the employment require or permit any such laborer in which he or she is employed or such workweek unless such laborer sation at a rate not less than one a: of pay for all hours worked ;,i ~:.~; :..- in excess of forty hours (b) Violation: liability for uN In the event of any violation of ti (a) of this clause, the contractor an therefor shall be liable for the unp~ tractor and subcontractor shall be 1 Service, for liquidated damages. St computed with respect to each including watchmen and guards, clause set forth in subparagraph (a) $10 for each calendar day for wh, or permitted to work ~.~ ;:;;;.~ af standard workweek of forty houri time wages required by the provisi this clause. (c) Withholding for unpaid The contracting officer shall upon written request of an authorized of Labor withhold or cause to be able on account of work perform~ tractor under any such contract with the same prime contractor, contract subject to the Contract W Act, which is held by the same may be determined to be necess such contractor or subcontractor damages as provided in the provis this clause. (d) Subcontracts. The contra( in any subcontracts the clauses (d) of this clause and also a cla~ include these clauses in any lower t The prime contractor sha by any subcontractor or lower ti~ set forth in paragraph (a) through ( ,000 tinistrator, or an authorized tion within 30 days of receipt or will notify the contracting tt additional time is necess~y. [uding fringe benefits where o subparagraphs (aj(2)(B) or id to all workers performing is contract from the fkst day tssification. wage rate prescribed in the r mechanics includes a fringe tn hourly rate, the contractor ed in the wage determination ,ge benefit or an hourly cash ~t make payments to a trustee, ir may consider as pa~t of the te amount of any costs reason- de fringe benefits under a plan ;tary of Labor has found, upon r, that the applicable standards met. The Secretary of Labor ide in a separate account assets the plan or program. ~ND SAFETY STANDARDS rlON (40 U.S.C. 327-333) o contractor or subcontrac- contract work which may re- ef laborers or mechanics shall or mechanics in any workweek such work ~ ,~, in excess of forty hours in or mechanic receives compen- td one-haif times the basic rate such workweek, .;.\i;~:'.':: :: ,id wages; liquidated damages. ~e clause set forth in paragraph d any subcontractor responsible id wages. In addition, such con- able to the United States Postal ch liquidated damages shall be ndividual laborer or mechanic, employed in violation of the of this paragraph, in the sum of ch such individual was required --'-'-- ~- .... or in excess of the without payment of the over- on set forth in paragraph (a) of rages and liquidated damages. his or her own action or upon ;presentative of the Department ~ithheld, from any moneys pay- ~d by the contractor or subcon- or any other Federal contract or any other Federally-assisted ork Hours and Safety Standards prime contractor, such sums as ~ry to satisfy any liabilities of 'or unpaid wages and liquidated on set forth in paragraph (b) of tor or subcontractor shall insert forth in paragraphs (a) through tsc requiring the subcontract to er subcontracts. I be responsible for compliance r subcontractor with the clauses l) of this clause. 3. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT - CONSTRUCTION SAFETY STANDARDS (40 U.S,C. 327-333) la) To the extent this contract is for construction, modifica- tion, alteration and/or repair, including painting and decorating, the contractor or any subcontractor shall not require any laborer or mechanic employed in the performance of this contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety as determmed under Standards promulgated by the Secretary of Labor. (See 29 CFR Part 1926). lb) In the event it is determined that the contractor has failed to comply with this provision regarding health and safety standards, the contracting officer, in his discretion, may cancel this contract for the balance of the work or term and charge to the contractor the additional cost, if any, incurred thereby. 4. APPRENTICES AND TRAINEES la) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Depart- ment of Labor, Employment and Training Administration Bureau of Labor, Employment and Training Administration Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her f'trst 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Appren- ticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an appren- tice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered pro- gram shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor ts performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the appren- tice's level of progress, expressed as a percentage of the journey- men hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage deter- ruination for the applicable classification, if the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work per- formed until an acceptable program is approved. lb) Trainees. Except as provided in 29 CFR 5.16 trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor. Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Train- ing Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall b.e paid fringe benefits trainee program. If the benefits, trainees shall listed on the wage Wage and Hour ship program associated rate on the wage deter fringe benefits for a roll at a trainee rate w training plan approved istration shall be paid the wage determination formed. In addition, in excess of the ratio be paid not less than ruination merit and Training lng program, the trainees at leas than work performed rices, trainees and formity with the equal Executive Order l 1246, $. PAYROLLS la) Payrolls and rained by the served for a period of mechanics working at States Housing Act of in the construction or shall contain the nam each such worker, his c wages paid (including for bona fide fringe be types described in daily and weekly actual wages paid. under 29 CFR 5.5(a)( chanic include the in providing benefits section (I)(b)(2)iB) maintain records which vide such benefits is has been co affected, and records wi cost incurred in apprentices or trainees written evidence of the certification of trainee tices and trainees, and applicable programs. lb)(1) The which any contract the contracting officer. rately and completely rained under 5,$al3)I formation may be su Form WH-347 is availal from the Superintende: 029-005-00014-1), U.S ton, DC 20402. The mission of copies of pay~ (2) Each "Statement of Cpm tractor or his or her the persons employed following: (i) That the information Regulations, 29 CFR complete. (ii) That helper, apprentice, ant lance with the provisions of the does not mention fringe full amount of fringe benefits unless the Administrator of the that there is an apprentice- corresponding journeyman wage provides for less than full thy employee listed on the pay- registered and participating in a ~ment and Training Admin- the applicable wage rate on of work actually per- work on the job site the registered program shall wage rate on the wage deter- In the event the Employ- withdraws approval of a train- longer be permitted to utilize predetermined rate for the The utilization of appren- :nder this part shaU be in con- ent opportunity requirements of and 29 CFR Part 30. relating thereto shall be main- course of the work and pre- thereafter for all laborers and ' the work (or under the United ander the Housing Act of 1949, of the project). Such records and social security number of classification, hourly rates of or costs anticipated cash equivalents thereof of the 2)lB) of the Davis-Bacon Act), .worked, deductions made and : Secretary of Labor has found the wages of any laborer, or me- my costs reasonably anticipated or program described in Act, the contractor shall that the commitment to pro- and that the plan or program to the laborers or mechanics the cost anticipated or the actual benefits. Contractors employing programs shall maintain of apprenticeship programs and the registration of the appren- md wage rates prescribed in the weekly for each week in a copy of all payrolls to submitted shall set out accu- information required to be main- ations. 29 CFR _Part 5. This any form desired. Optional and may be purchased {Federal Stock Number Printing Office, Washing- is responsible for the sub- subcontractors. shall be accompanied by a ed by the contractor or subcon- or supervises the payment of contract and shall certify the for the payroU period contains under 5.5¢a)(3)(i) of such information is correct and .'r or mechanic {including each mployed on the contract during PS Form 7322-A, Jan. 1984 (p. 2oJC?} the payroll period has been paid the tull ~eekly wages earned. without rebate, either directly or indirectly, and that no deduc- cons have been ~nade either directly or indirectly from the full wages earned, other than pernlissible deductions as set forth in Regulations 29 CFR Part 3: liii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage deter~nination incorporated into the con- tract. (3) The weekly submission of a properly executed certi- fication set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of CompLiance" required by subparagraph lb)(2) of this clause. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. lc) The contractor or subcontractor shall make the records required under paragraph ia) of this clause available tbr inspection, copying, or transcription by authorized representatives of the contracting officer or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records avail- able may be grounds for debarment action pursuant to 29 CFR 5.12. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this con- 5 7. WITHHOLDING OF FUNDS The contracting officer shall upon his or her own action or upon written rquest of an authorized representative of the Depart- ment of Labor withhold or cause to be withheld £rom the con- tractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted con- tract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the tull amount of wages required by 'the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all *6. COMPLIANCE WITH COPELAND REGULATIONS (july 1 971) The Contractor shall comply with the Copeland Regulations of the Secretary of Labor (29 CFR Part 3) which are incorporated herein by reference. PS Form 7322-A, Jan. 1984 FP. 3 oi'31 or part of tile wa~cs required by officer inay. after written notice action as may bc necessary to cat ther payment, advance or guarani lions have ceased. 8. SUBCONTRACTS The contractor or subcontract( tracts the clauses entitled "Davis-B- "Contract Work Hours and Safer Compensation (40 U.S.C. 327-333 Safety Standards Act - Constructb 327-333)," "Apprentices and Train ords," "Compliance with Copelan holding of Funds," "Subcontracl Bacon and Related Act Requirem bility,' "Disputes Concerning Lab clauses as the Postal Service may quire, and also a clause requiring these clauses in any lower tier subc shall be responsible for the tempi lower tier subcontractor with all sucl 9. CONTRACT TERMINATION-DI A breach et' the contract clau (40 U.S.C. 276a-a{7)," "Contract dards Act - Overtime Compensatiot "Payrolls and Basic Records," "C Requirements," "Withholding of F pliance with Davis-Bacon and "Certification of Eligibility" may the contract, and for debarment tractor as provided in 29 CFR 5.12. 10. COMPLIANCE WITH DAVI ACT REQUIREMENTS All rulings and interpretations c Acts contained in 29 CFR Parts [, by reference in this contract. 11. CERTIFICATION OF ELIGIBI (al By entering into this cot that neither it (nor he or she) nc an interest in the contractor's firn to be awarded Government contr of the Davis-Bacon Act or 29 CFR 5 (b) No part of this contract person or firm ineligible for award virtue of section 3(al of the Davis-B (c) The penalty for making If'j the U.S. Criminal Code, 1 8 U.S.C. , thc contract, thc contracting to tile contractor, take such sc tile suspcnsmon of any fur- ec of funds until such viola- ,r ~hall insert in any subcon- :on Act t40 U.S.C. 276a-al7}," Standards Act .- Overtime "Contract Work Hours and Safety Standards {40 U.S.C. :es," ~'Payrolls and Basic Rec- t Act Requirements," "With- s,' "Compliance with Davis- ents," "Certification of Eligi- >r Standards" and such other ay appropriate instructions re- the subcontractor to include ontracts. The prime contractor lance by any subcontractor or t contract clauses. BARMENT ses entitled "Davis-Bacon Act Atork Hours and Safety Stan- t," "Apprentices and Trainees," ~mpliance with Copeland Act ands," "Subcontracts," "Corn- sted Act Requirements," and }e grounds for termination of a contractor and a subcon- BACON AND RELATED the Davis-Bacon and Related and 5 are herein incorporated ITY tract, the contractor certifies any person or firm who has ts a person or firm ineligible :ts by virtue of section 3ia} 12(a)( 1 ). ~hall be subcontracted to any of a Government contract by ~con Act or 29 CFR 5.12(a){1). lse statements is prescribed in 01. U.S. Department of Labor GENERAL WAGE DECZSION NO. TX87-3( Supersedes General Wage Dectston No. TX86-36 State: TEXAS County(les): Construction Type: Colltn, Dallas, Ellts, Grayson & Rockwal Heavy &Htghway Construction Description: Water & Sewer Ltnes and Htghway Projects Modification Record: No. Publication Date Only Page No.(s) Vol. II 1023 U.S. Department of Labor TX87-36 AIR TOOL OPERATOR ASPHALT RAKER BATCHING PLANT SCALE OPERATOR BATTERBOARD SETTER CARPENTER CARPENTER HELPER CONCRETE FINISHER (PAVING) CONCRETE FINISHER HELPER (PAVING) CONCRETE FINISHER (STRUCTURES) CONCRETE ~INISHER HELPER (STRUCTURES) CONCRETE RUBBER ELECTRICIAN ELECTRICIAN HELPER FORM.BUILDER (STRUCTURES) FORM BUILDER HELPER (STRUCTURES) FORM LINER (PAVING & CURB) FORM SETTER (PAVING & CURB) FORM SETTER HELPER (PAVING & CURB) FORM SETTER (STRUCTURES) FORM SETTER HELPER (STRUCTURES) LABORER, COMMON LABORER, UTILITY MECHANIC MECHANIC HELPER OILER SERVICER PAINTER (STRUCTURES) PAINTER HELPER (STRUCTURES) PIPELAYER PIPELAYER HELPER REINFORCING STEEL SETTER (PAVING) REINFORCING STEEL SETTER (STRUCTURES) REINFORCING STEEL SETTER HELPER STEEL WORKER (STRUCTURAL) SIGN ERECTOR SIGN ERECTOR HELPER POWER EQUIPMENT OPERATORS: Asphalt Distributor Asphalt Pavtng Machine Broom or Sweeper Operator Bulldozer t50 HP & Less Bulldozer over 150 HP Concrete Paving Curtng Machtne Concrete Pavtng Finishing Machtne Concrete Pavtng Longitudinal F~oat Concrete Paving Mtxer Concrete Pavtng Saw Concrete Pavtng Spreader Crane, Clamshell, Backhoe, Derrtck, Drag]Ire, Shove~ (3ess than 1 1/2 CY) Cra~e, Clamshell, Backhoe, Derrtck, Drag]~ne, Shove3 (1 1/2 CY & Over) Bastc Hourly Rates 6.80 8.35 8.40 8.75 8.45 6.25 8.85 6.70 8.35 6.75 6.40 11.75 9.45 7.75 6.20 7.70 8.15 6.45 8.00 6.20 5.65 6.30 9.55 7.50 7.95 7.25 8.00 6 25 7 35 6 15 6 95 7 55 6 15 8 25 7 85 7 10 7.60 8.35 8.50 7.95 8.50 7.90 8.35 7.25 7.50 7.60 8.00 8.80 9.50 VoI. II 1024 U.S. Department of Labor TX87-36 Foundation Drill Operator (Crawler Mounted) Foundation Drill Operator (Truck Mounted) Foundation Drill Operator Helper Front End Loader (2 1/2 CY & less) Front End Loader (Over 2 1/2 CY) Hoist (Double Drum & Less) Motor Grader Operator, Ftne Grade Motor Grader Operator Roller, Steel Wheel (Plant-Mix Pave- ment) Roller, Steel Wheel (Other-Flat Wheel or Tamping) Roller, Pneumatic (Self-Propelled) Scrapers (17 CY & Less) Scrapers (over 17 CY) Tractor (Crawler Type) 150 HP & Less Tractor (Crawler Type) Over 150 HP Tractor (Pneumatic) 80 HP & Less Tractor (Pneumatic) Over 80 HP Traveling Mixer Trenching Machtne, Ltght Trenching Machine, Heavy TRUCK DRIVERS: Single Axle, Light Single Axle. Heavy Tandem Axle or Semi-trailer LowDoy-Float Transit-Mix Winch VIBRATOR OPERATOR (HAND TYPE) WELDER Unllsted classifications needed for work not tncl of the classifications ltsted may De added after provided in the laDor standards contract clauses 1thin the scope ly as 5.5 (a) (1) Vol. II 1025 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4O 41 42 43 5H02, 7G28 DOCUMENT 00220 SOIL INVESTIGATION DATA PART 1 - GENERAL 1.01 SOILS REPORT ae Soils report dated April 24, 1987 has been pz Southwestern Laboratories, 2575 Lone Star Dr. 75222 for Contracting Officer. Report was pz assist in design process. Copies are availak request. Be No representation or warranty is made by Arc? Engineer, Contracting Officer or any other p~ regarding completeness, adequacy or contents report or of the subsurface investigation up¢ report is based. 1.02 AVAILABILITY ae Copies of report are on file and may be reviE office of testing laboratory and at offices Henningson, Durham & Richardson 12700 Hillcrest Road, Suite 125 Dallas, TX 75230-2096. Samples of core borings recovered may be obs Soils Laboratory. Copies of report may be obtained from Contra( upon request. 1.03 BIDDER RESPONSIBILITY ae Bidders using soil information described in t accept full responsibility for its use in pr~ Be Bidder is responsible to obtain, at its exper additional information necessary to bid and END OF DOCUMENT 00220-1 epared by , Dallas, TX epared to .le upon .itect, rty of this .n which this .wed at ,f ~rved at ..ting Officer .his section ~par lng bids. Lse, any ~er form work. 01 02 03 04 O5 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4O 41 42 43 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 6D18, 7G24 DOCUMENT 00440 SUBSTITUTIONS 1.01 DESCRIPTION ae General: 1. Furnish all work and services for furnis~ submitting, processing and handling of re substitutions. Any substitution must be with provisions of Contract Documents. 2. Completely coordinate with work of other 3. See appropriate sections for specific ite 4. See General Provisions for additional inf B. Address for submission: HENNINGSON, DURHAM & RICHARDSON Suite 125 12700 Hillcrest Road Dallas, TX 75230 Attn: Jeff Forrest 1.02 PRODUCT SELECTION - GENERAL ae Base all bids on materials, equipment and pre specified. Certain types of equipment and kinds of mater described in specifications by means of trade catalog numbers and/or manufacturer's names. intended to exclude from consideration other may be capable of accomplishing purpose indic Ce Other types of equipment and kinds of materis acceptable to Contracting Officer. De Listing of a manufacturer implies acceptance as supplier of a product which complies with item. Equipment and materials, if not specifically must be approved in writing and be agreed up¢ Contracting Officer. Fe Contracting Officer reserves right to require substitutions to comply color and pattern wis specified items. Ge Conditional bids and voluntary alternates wi considered. 1.03 REQUESTS FOR SUBSTITUTION 00440-1 ing, quests for in accord trades. ms. ormation. cedures ial are names, This is not items which ated. 1 may be of them only specified indicated n by e with base 1 not be 01 02 03 04 O5 06 07 O8 O9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4O 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. & V.M.F. 00440-2 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 4O 41 42 43 44 45 46 47 48 49 50 51 52 53 ae B. C. 1.04 A. B. C. Only written requests with complete considered. Submit request in three copies. In making request for substitution, or i approved substitute item, Subcontractor 1. He has investigated proposed product has determined that it is equal or s respects to that specified, and that intended function. 2. He will provide same warranty for su for product or method specified. 3. He will coordinate installation of a substitution into Work, to include modifications if necessary, making s be required for Work to be complete 4. He waives all claims for additional related to substitution which apparent. 5. Acknowledge acceptance of these pro, SUBSTITUTION Complete data substantiating compliance substitution with Contract Documents. For products: 1. Product identification, including 2. Manufacturer's literature, marked model, type, size, and options to be a. Product description. b. Performance and test data compliance with specific paragra specification. c. Reference standards. d. Difference in power demand, air e. Dimensional differences from s 3. Full size samples if requested. reserves right to impound sample unt are installed on project for compari Requester pay all costs of furni samples. Contracting Officer is not loss of, or damage to, samples. 4. Name and address of similar projects Owner's representative Contracting contact, to discuss product, install performance data. For construction methods: 1. Detailed description of proposed me 2. Illustrate on drawings. data will be ng an .sents: lethod, and or in all 'ill perform ute item as ed ng .hanges as may 1 respects. or time y become s in request. oposed ~turer's name. cate specific idered: how .f ities, etc. .d unit. lng Officer .ysical units .urposes. . return of .onsible for name of .r can ~, and field 01 02 03 04 O5 O6 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G & V.M.F. 01 02 D. 03 04 05 E. 06 07 F. 08 09 G. 10 11 12 1.05 13 14 A. 15 16 17 18 19 20 21 22 Itemized comparison of proposed substitute to item. Data relating to changes in construction sche Relation to separate contracts. Cost of proposed substitution in comparison w or method specified. REJECTION OF SUBSTITUTIONS Substitutions will not be considered if: 1. They are not submitted in accord with thi 2. Acceptance will require substantial revis Contract Documents, or building spaces. 3. Request for substitution does not indicat item for which request is submitted. 4. Acceptance of manufacturer only will not END OF DOCUMENT 00440-3 specified ~ule. ith product s section. ion of ~ specific De made. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 United States Post Office - North Texas G.M.F. ~ V.M.F. 01 02 03 04 O5 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 4C02, 7G28 SECTION 01012 WORK BY OTHERS PART 1 - GENERAL 1.01 DESCRIPTION A® Work by others: 1. Relocation of 20 IN Explorer pipeline. 2. Street construction of Royal Lane, adjace site. 3. Construction of drainage structures and d ditches along Bethel St. Coordination: 1. Cooperate fully with other Contractors en listed projects and any other concurrent which might cause conflicts. END OF SECTION 01012-1 nt to rainage ]aged in ,rojects 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 United States Post Office - North Texas G.M.F. V.M.F. 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 4C02, 7G29 SECTION 01200 PROJECT MEETINGS PART 1 - GENERAL 1.01 DESCRIPTION A® General Contractor schedule and administer pr meetings: 1. Prepare agendas. 2. Make physical arrangements for meetings. 3. Preside at meetings. 4. Record minutes; include significant proce decisions. 5. Distribute copies of minutes to participa Be Architect representative attend meetings to a work is expedited consistent with constructio and with Contract Documents. 1.02 PRE-CONSTRUCTION MEETING ae General Contractor schedule and hold pre-cons meeting prior to construction. Attendance: 1. Contracting Officer. 2. Subcontractors. 3. Subcontractors safety representative. Ce Subcontractors must be prepared to discuss fo on minimum agenda prepared by General Contrac 1. Distribute and discuss: a. List of subcontractors. b. Tentative construction schedule. 2. Critical work sequencing. 3. Relation and coordination of subcontracto 4. Designation of responsible personnel. 5. Processing of field decisions and change. 6. Adequancy of distribution of Contract Doc 7. Submittal of shop drawings, project data. 8. Procedures for maintaining record documen 9. Use of premises: a. Office and storage areas. b. Contracting Officer's requirements. 10. Submission and processing of monthly app payment forms and associated requirements 1.03 PROGRESS MEETINGS Attend regularly scheduled meetings; time, da determined by General Contractor. 01200-1 oject edings and hts. scertain that n schedule truction flowing items for: s. .rders. lments. ~nd samples. s. ication for and place 01 02 O3 04 O5 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. V.M.F. 01200-2 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 2O 21 22 23 24 25 26 27 28 Ce Hold called meetings as progress of work Generally, meetings will be held biweekl Location of meetings; at job site or as notice. Attendance: 1. Contracting Officer. 2. Subcontractors. 3. Subcontractors safety representative E. Minimum Agenda: 1. Review, approve minutes of previous 2. Review work progress since last meet 3. Note field observations, problems an 4. Identify problems which impede plann 5. Review off site fabrication problems 6. Develop corrective measures and planned schedule, if required. 7. Review construction schedule as indi 8. Plan progress during next work perio 9. Coordinate projected progress with o subcontractors. 10. Review submittal schedules, expedit maintain schedule. END OF SECTION ~ates. ~ated in ng. ~isions. ogress. s to regain required to 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 United States Post Office - North Texas G. & V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4O 41 42 43 44 45 46 47 48 49 50 51 52 53 4D20, 7G24 SECTION 01310 CONSTRUCTION SCHEDULES PART 1 - GENERAL 1.01 DESCRIPTION ae Immediately after Contract award, prepare and progress schedule of work consistent with Con Documents as herein specified. Coordinate Subcontractors' schedules for enti 1. Resolve conflicts among schedules of Subc 2. Revise as required by conditions and prog 3. Furnish copy of schedule for entire proje Subcontractor. 1.02 SUBMITTALS (See Division 1) A. Shop drawings: Not required. B. Product data: Not required. C. Samples: Not required. De Project information: 1. Initial construction schedule to Contract prior to start of work, but not later tha for preconstruction conference nor later after Notice to Proceed. 2. Updated schedules accurately depicting pr last day of each month with Progress Repc PART 2 - PRODUCTS - NOT USED PART 3 - EXECUTION 3.01 FORM OF SCHEDULES Prepare in form of horizontal bar chart. 1. Provide separate horizontal bar column of operation. 2. Order: Table of contents from Project Ma Chronological order of beginning and com~ each item of work, whichever is most app] 3. Identify each column: a. By major specification section number b. By distinct graphic delineation. 4. Horizontal time scale: Identify first wE each week. 01310-1 submit tract re project. ontractors. ress of work. ct to each ing Officer n date set than 15 days ogress to rt. each nual or .letion of icable. .ek day of 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4O 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. & V.M.F. 01310-2 01 O2 O3 04 O5 06 07 08 O9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5O 51 52 53 Be 3.02 A. B. C. D. E. 3.03 A. B. C. D. 3.04 5. Scale and spacing: To allow space Sheet size: Maximum 8-1/2 x 14 IN. CONTENT OF SCHEDULES Provide complete sequence of const 1. Shop drawings, product data and a. Submittal dates. b. Dates reviewed copies will be 2. Decision dates for: a. Products specified by allowances b. Selection of finishes. 3. Product procurement and delivery dat~ 4. Dates for beginning, and completion construction. Identify work of separate floors, or sep other logically grouped activities. Show projected percentage of completion work as of last day of every month. Provide separate subschedule showing times, procurement schedules, and delivel Provide subschedule to define critical pc schedule. UPDATING Show all changes occuring since previous updated schedules. Indicate progress of each activity, show Include: 1. Major changes in scope. 2. Activities modified since previous u 3. Review projections due to changes. 4. Other identifiable changes. Provide narrative report including: 1. Discussion of problem areas includin anticipated delay factors and their 2. Corrective action taken or proposed 3. Effect of change in schedule of subc 4. Description of revisions. a. Effect on schedule due to change b. Revisions in duration of activit~ c. Other changes that may affect sc] DISTRIBUTION rig. ctivity. :h element of phases, or ch item of s, review les. %s of entire Lssion of ~tion dates. and s effect. ~tors. 01 02 03 04 05 06 07 08 O9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5O 51 52 53 United States Post Office - North Texas G. V.M.F. 01 02 03 04 05 06 07 08 09 10 11 Distribute copies of revised schedules to: 1. Contracting Officer. 2. Subcontractors. 3. Job site file. 4. Other concerned parties. Instruct recipients to report any inability t( provide detailed explanation, with suggested END OF SECTION 01310-3 comply and 'emedies. 01 02 03 04 O5 06 07 O8 09 10 11 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5O 51 52 53 4D20, 7G24 PART 1 - GENERAL 1.01 A. B. C. D. SECTION 01320 PROGRESS REPORTS SUBMITTALS Shop drawings: Not required. Product data: Not required. Samples: Not required. Project information: 1. Progress report. PART 2 - PRODUCTS - NOT USED PART 3 - EXECUTION 3.01 A. Be GENERAL Each subcontractor prepare comprehensive dail maintain it during entire project period. Each subcontractor present' copy of daily log Contractor for compilation into weekly Progr~ Ce De General Contractor present copies of Progres Application for Payment. Progress reports to include following data f entire project period. 1. Manpower, by trade. 2. Work being performed, with location. 3. Weather. 4. Situations or circumstances which could give cause for claims for extension of ti cost. 5. List of visitors names, to include officJ Contracting Officer's representatives, ar authorities. Record their observations. Se Progress reports to include progress photogr~ 1. Minimum 12, 3 IN x 5 IN color, glossy phc taken from different viewpoints of interE progress. 2. Identify all photographs with project nar and view or vantage point. END OF SECTION 01320-1 y log and to General ss Reports. Reports with r each day of .elay work or me or added als, ~d other Lphs. ~tographs !st to current le, date, 01 02 03 04 O5 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 6L23, 7G28 SECTION 01340 SHOP DRAWINGS, PRODUCT DATA, SAMPLES AND PROJECT PART 1 - GENERAL 1.01 DESCRIPTION ae General: 1. Furnish all labor, materials, tools, equ services for furnishing, processing, del reproduction and other functions for sch handling of shop drawings, product data, project information as indicated, in acc¢ Contract Documents. 2. Completely coordinate with work of all ot 3. Although such work is not specifically i furnish and install all supplementary or items, appurtenances and devices inciden necessary for completion of work under tt 4. See general and special provisions for ad information. Related work specified elsewhere: 1. Project record documents: See Section 0 C. See General Conditions for additional requir. D. See technical sections for data required. 1.02 DEFINITIONS A. Shop Drawings are drawings, diagrams, schedul data specially prepared for the Work by Contr Subcontractor, manufacturer, supplier or dist to illustrate some portion of the Work. B. Product Data are illustrations, standard sch~ performance charts, instructions, brochures, test data and other information furnished by Contractor to illustrate material, product or some portion of the Work. Samples are physical examples which illustrat equipment or workmanship and establish stand~ the Work will be judged. De Project Information are submittals pertainin¢ control and Contracting Officer information retained for project file only. 1. Examples: a. Test reports. b. Certifications. 01340-1 NFORMATION pment, and very, duling and samples and rd with her trades. dicated, miscellaneous al to or is section. ditional 720. ments. es and other actor or ributor dules, diagrams, the system for e materials, rds by which to quality o be 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 O5 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01340-2 Fe 1.03 C. Design calculations. d. Warranties. e. Operation and maintenance data. f. Owner instruction reports. "Base" manufacturer: Manufacturer listed as manufacturer in Part 2 of specification sect than one manufacturer can be listed as "base Manufacturer(s) listed as "base" are particu manufacturer(s) project was designed around. "Optional" manufacturer: Manufacturer liste( "optional" manufacturer in Part 2 of specifi( section. More than one manufacturer can be "optional". Manufacturer(s) listed as "opti similar to the particular manufacturer proje( designed around. Contractor is responsible for all costs for dimensional, structural or adjustments to fit "optional" manufacturer px to Work. SHOP DRAWINGS, PRODUCT DATA, SAMPLES AND PROJ} INFORMATION - GENERAL A. Submit items to General Contractor for trans~ Cm HENNINGSON, DURHAM & RICHARDSON, INC. Suite 125 12700 Hillcrest Road Dallas, TX 75230 Attn: Shop Drawing Department Contractor is responsible for making submissJ 1. Submit to address indicated. 2. Transmittal to include items from 1 sectJ 2. Transmit items with transmittal form (fol attached or supplied). a. Identify each transmittal using applJ digit specification section number pi designation character (A = Shop drawJ Product data, C = Sample, D = Project with a dash and an added number, i.e. shop drawing submittal of item in Se( would be numbered 03450A-1. If retul re-submission, second submission wou] b. Indicate description and manufacturex Provide information required for complete ret each item in one submittal. Make submittals sufficiently in advance of de to allow Architect reasonable time for revie~ resubmission if necessary. "ba s e" .on. More .ar as ation .isted as ~nal" are .'t was utility 'oduct :CT littal to: .ons. ~on only. 'm .cable 5 .us submittal .ng, B = information) · first tion 03450 'ned fo r .d be 03450A-iA iew of Lte required , and 01 02 03 04 O5 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 1.04 A. B. C. D. 1.05 A. B. C. 1.06 A. 1. Items not submitted in accord with provi~ section will be returned, without action resubmission. 2. Submissions on items not approved for us~ Contract Documents will be rejected. SHOP DRAWINGS AND PRODUCT DATA Shop drawing and product data submittals are called for by specification section submitta Identify drawings with manufacturer, item, u: project designation, specification section o detail reference. Submit 1 reproducible transparency of each review is complete. 1. PRINTS ARE NOT ACCEPTABLE. 2. Submit in mailing tube. 3. Do not fold. 4. Submit drawings 24 x 36 IN or not larger IN. 5. Allow clear space, approximately 40 SQ IN stamping on right hand side. Submit 1 copy of standard items such as equip brochures, cuts of fixtures, or standard cata 1. Indicate exact item or model and all prop 2. Include scale details, sizes, dimensions, characteristics, capacities, wiring diagr and other pertinent data. 3. Submit in envelope. 4. Do not fold. 5. Submit copy 8 1/2 IN x 11 IN. SAMPLES Identify samples with manufacturer's name, it type, project designation, specification sect drawing detail reference, color, range, textu and other pertinent data. Submit samples to address indicated, or const if required. Architect may, at his option, retain samples comparison purposes. PROJECT INFORMATION Submit project information as indicated in in sections. 01340-3 .ions of this for by required as paragraph. e, type, drawing awing until than 30 x 42 · for ment log items. Dsed options. performance ams, controls ~m, use, [on or re, finish fuction site ~or ~ividual 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01340-4 C. 1.07 A. B. C. D. E. F. G. 1.08 Project information is information to be reta project file and will receive no Architect ac Submit in same manner as product data. CONTRACTOR ACTION: SHOP DRAWINGS, PRODUCT DAT AND PROJECT INFORMATION Review, approve, stamp and sign items prior t to Architect. Stamp indicates Contractor has: 1. Verified all field dimensions and quantit 2. Verified all field construction criteria, catalog numbers and similar data. 3. Reviewed and coordinated all submittal da requirements of the Work and Contract Doc 4. Certified submittals comply with Contract Reproduce and distribute submittals receiving or "approved as noted" stamp. 1. Subcontractor/vendor: 1 copy. 2. Contracting Officer: 1 copy. Resubmit items stamped "revise and resubmit" approved". 1. Add letter suffix to previous transmittal indicate resubmission. Contractor shall not be relieved of responsib deviation from requirements of Contract Documents by Architect's approval of Shop Dra' Product Data and Samples unless Contractor ha specifically informed Architect in writing of deviation at time of submission and Architect given written approval to specific deviation. Contractor shall not be relieved from respons errors or omissions in Shop Drawings, Product Samples by Architect's approval thereof. Contractor direct specific attention, in writ or on submitted Shop Drawings, Product Data o to revisions of the Contract Documents. Contractor direct specific attention, in writ or on resubmitted Shop Drawings, Product Data to revisions other than those requested by Ar~ previous submittals. SUBMITTALS A. Shop drawings: Not required. ined for tion. AND SAMPLES submission ies. materials, ta with ~ments. Documents. "approved" Dr "not number, to lity for ings, such has [bility for Data or Lng Samples, ng or Samples, ~hitect on 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. V.M.F. 01 02 03 04 O5 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 C. D. 1.09 A. B. C. D. 1.10 A. B. C. 1.11 A. B. C. Product data: Not required. Samples: Not required. Project information: 1. Product list: 30 days after Notice to Pr( updated no later than installation of pr( 2. Schedule of submittals: Prior to first a for payment. PRODUCT LIST Complete list of products and subcontractors use. Format of Product List: 1. Specification section. 2. Product. 3. Manufacturer. 4. Subcontractor. Only products and manufacturers which have be indicated in Contract Documents may be used. Partial payment request will not be processed satisfactory product list has been received. SCHEDULE Complete schedule of required submittals indi proposed submittal dates. 1. Include all shop drawings, product data, project information. Schedule submittals requiring Architect appro during first quarter of construction period. Partial payment requests will not be processe satisfactory schedule of submittals is receiv ARCHITECT APPROVAL: SHOP DRAWINGS, PRODUCT DAT Approval is only for conformance with design project and compliance with intent of informa in Contract Documents. Contractor is responsible for dimensions to b~ and correlated at job site; for information ti solely to fabrication processes or to techniq~ construction; and for coordination of work of Approved samples, submitted or constructed, c, criterion for judging completed work. 01340-5 ~ceed and ~duct. ,plication proposed for en until cating samples and ~al ~ until _=d. % AND SAMPLES .~oncept of ion given confirmed at pertains les of all trades. )nstitute 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01340-6 D. Work or items not equal to samples will be rE E® Start of work which requires submittals, pri¢ of submittals with Architect's stamp indicat~ is at Contractor's risk. 1.12 SUBMITTAL TRANSMITTAL FORM ao Following is sample transmittal form. for copy made for project. Contac ~jected. ,r to return ng approval t Architect 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 STF-1 SUBMITTAL TRANSMITTAL FORM PROJECT: USPS NORTH TEXAS MAIL PROCESSING CENTER SPECIFICATION TITLE: 01 02 03 04 O5 DESCRIPTION: MANUFACTURER: HDR PROJECT NUMBER ROUTING SEQUENCE CHECKED DATE DATE BY REC'D SENT CONTRACTOR : : : ARCHITECT : : : HDR : : : 12700 Hillcrest, Suite 125 : : : Dallas, TX 75230 CONTRACTOR : : : SUBCONTRACTOR/VENDOR : : : CONTRACTING OFFICER : : : OTHER : : : ACTION A. B. C. Approved. Approved With corrections. Disapproved. REMARKS United States Post Office - North Texas G.M.F. SUBMITTAL NO. 06 07 08 09 10 11 12 13 NO. 14 COPIES 15 : 16 17 : 18 : 19 : 20 21 : 22 23 : 24 25 : 26 27 : 28 29 30 31 32 33 34 35 36 37 38 39 40 & V.M.F. 01 02 O3 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 4D20, 7G28 SECTION 01400 QUALITY CONTROL PART 1 - GENERAL 1.01 DESCRIPTION General: 1. Furnish all labor, materials, tools, equ services for quality control as indicate~ with provisions of Contract Documents. 2. Completely coordinate with work of all o 3. Although such work is not specifically i~ furnish and install all supplementary or items, appurtenances and devices inciden necessary for a sound, secure and comple installation. 4. See Division 1 for General Requirements. B. See technical sections for specific items to See General Conditions for inspection and te by public authorities having jurisdiction. De Contractor arrange and pay for following tes inspections: 1. Soil compaction testing: Section 02210, 2. Inspection of excavations: Section 0222 Arrange and pay for following testing and in 1. Re-testing of provided tests due to fail 2. Concrete testing for qualification of ma for Contractor's convenience: Section 0 3. All other testing and inspections specif 1.02 QUALITY ASSURANCE Test and inspection method standards: sections. See t. Qualifications of independent testing agenci. 1. Meet American Council of IndePendent Lab~ "Recommended Requirements of Independent Qualification", latest edition. 2. Meet requirements of ASTM E329, "Standar. Recommended Practice for Inspection and Agencies for Concrete and Steel as used Construction", latest edition. 3. Satisfy inspection criteria of Materials Laboratory of National Bureau of Standar. 4. See technical sections for additional re 01400-1 [pment and · in accord her trades. Ldicated, miscellaneous -~al to or be performed. sting required 2ing and 02221, 02222. · 02222. pections: ]re. ~erials and 1001. .ed. .~chnical !s: Dratories, Laboratory ~s of Pesting in Reference Is. ~uirements. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5O 51 52 53 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01400-2 Ce 1.03 Testing equipment calibration: By accredited agency, at 12 month intervals, maximum, by de accuracy traceable to either: 1. National Bureau of Standards. 2. Accepted values of natural physical const JOB CONDITIONS Employment of independent testing agency does obligation to comply with Contract Documents PART 2 - PRODUCTS - NOT USED PART 3 - EXECUTION 3.01 PERFORMANCE ae Perform indicated inspections, sampling and materials and methods of construction. Be Use test/inspection/sampling methods conformi methods indicated. Ce Report each test/inspection/sampling as indic 1. Report results called for by test method specified. D. Retest failed products and systems· 3.02 REPORTS Submit reports promptly; see Section 01340 fo requirements. Test/inspection reports: 1. 2. 3. 4. 5. 6. 7. 8. 10. 11. 12. 13. Include: Project name and number· Project location. Product and specification section applica] Type of test/inspection. Name of testing agency (if used). Name of testing/inspecting personnel. Date of test/inspection. Record of field conditions encountered (t. weather). Observations regarding compliance. Test method used. Results of test. Date of report. Signature of testing/inspecting personne~ 3.03 INDEPENDENT TESTING AGENCY DUTIES AND LIMITATI( United States Post Office - North Texas G.M.F. calibration vices of ants. not relieve .~sting of ng with ~ted. · in form additional le. ~mperature, ,NS OF V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A® B. C. 3.04 A. B. C. D. E. AUTHORITY Cooperate with Contracting Officer and Contr~ Provide qualified personnel promptly on noti~ Promptly notify Contracting Officer and Contl irregularities, or deficiencies of work whic] observed during performance of services. Testing agency is not authorized to: 1. Release, revoke, alter, or enlarge on re( Contract Documents. 2. Approve or accept any portion of the wor 3. Perform any duties of the Contractor. CONTRACTOR'S DUTIES WHEN INDEPENDENT TESTING USED Cooperate with testing agency personnel; pro the work and to manufacturer's operations. Provide preliminary representative samples of be tested, in required quantities. Furnish copies of mill test reports. Furnish labor and facilities: 1. To provide access to work to be tested. 2. To obtain and handle samples at site. 3. To facilitate inspections and tests. 4. Storage and curing facilities for testin¢ exclusive use. Notify Contracting Officer sufficiently in operations to allow for proper notification agency. END OF SECTION 01400-3 ~ctor. ~e. :actor of are uirements of ~GENCIES ARE 'ide access to materials to agency ' s ~ance of f testing 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 United States Post Office - North Texas G.M.F. V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 4C02, 7G24 SECTION 01600 MATERIAL AND EQUIPMENT: DELIVERY, HANDLING AND PART 1 - GENERAL 1.01 DESCRIPTION General: 1. Furnish all labor, materials, tools, equi and services for delivery, receiving, hah storage and protection of materials and e 2. See technical sections for additional re( 3. Completely coordinate with work of other 4. Although such work is not specifically ii furnish all supplementary or miscellaneou appurtenances and devices incidental to c for a sound, secure and complete installa 1.02 JOB CONDITIONS A. Comply with applicable codes. B. Accomplish work to avoid damage to property. C. Clean debris from streets and walks. D. Provide fire protection. PART 2 - PRODUCTS - NOT USED PART 3 - EXECUTION 3.01 A. B. C. D. E. F. 3.02 A. PRODUCT DELIVERY By manufacturer's normal means. In original labeled containers. Where applicable, with U/L labeling on packaq Contractor responsible for acceptance at site Schedule deliveries to avoid delaying work. Inspect items for damage upon delivery, reord required to avoid delays. PRODUCT HANDLING AND STORAGE Use methods to avoid damage to item or struct 01600-1 STORAGE pment, work dling, quipment. uirements. trades. dicated, s items, r necessary tion. es. er as ure. 01 O2 O3 04 O5 06 07. O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 -- United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 01600-2 3.03 A. B. B. Protect weather fragile items from weather dar C. Handle and store bulk aggregates to avoid con D. Store to allow air circulation. E. Store only in authorized areas on site. F. Replace or repair damaged items. G. Protect installed items as required until acc building. Uncrate, assemble, if required, and remove del CLEANUP Remove excess materials from site. Turn over to Contracting Officer, excess mate] scheduled to remain. C. Restore site storage areas as directed by Con' Officer. END OF SECTION lage. ~amination. ~ptance of )ris. ~ials ~racting 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 United States Post Office - North Texas G.M.F. V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 4D20, 7G28 SECTION 01700 PROJECT CLOSEOUT PART 1 - GENERAL 1.01 DESCRIPTION General: 1. Furnish all labor, materials, tools, equ~ services for project closeout as indicat. with provisions of Contract Documents. 2. Completely coordinate with work of all o~ 3. Although such work is not specifically ii furnish and install all supplementary or items, appurtenances and devices incident necessary for a sound, secure and complet installation. 4. See General Provisions and Special Provi~ for additional general requirements. 5. See technical sections for specific subm~ 1.02 SUBMITTALS A. Shop drawings: Not required. B. Product data: Not required. C. Samples: Not required. De Project information: 1. For substantial completion: a. List of all items to be completed or b. Written notice of substantial comple c. Certificates of governing authoritie: d. Initialed punch list. 2. For final completion: a. Written certification that work is c( b. Evidence of payments and release or liens. c. USPS Form 7307. d. List of all sales and services taxes e. Letter of site conformance. 1.03 FOR SUBSTANTIAL COMPLETION Obtain evidence of compliance with requiremer governing authorities: 1. Certificates of inspection of: a. Elevators. b. Mechanical. c. Electrical. d. Plumbing. 01700-1 [pment and .~d, in accord :her trades· tdicated, miscellaneous :al to or :e ~ions ttal items. corrected. :ion. mplete. ,aiver of ~ts of 01 02 03 04 O5 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4O 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01700-2 Be C. D. E. G. 1.04 A. e. Fire protection systems. 2. Health Department and other authorities 3. Certificate of occupancy. Submit written notice, including list of all completed or corrected, which states that Pr( designated portion thereof, is substantially Contracting Officer will, within reasonable notification, review the Work and list of it completed or corrected, and revise or add to necessary. If Contracting Officer does not agree that W( substantially complete: 1. He shall immediately notify Contractor i~ stating reasons. 2. Contractor must substantially complete We second written notice, including list of completed or corrected, that Project, or portion thereof, is substantially comple 3. Contracting Officer will again review th. list of items to be completed or correctE If Contracting Officer agrees that Work is si complete: 1. Contracting Officer will prepare punch 1~ project, or designated portion thereof, provide one copy each to Contractor and 2. Contracting Officer will return revised to be completed or corrected, and punch Contractor. 3. Contracting Officer will prepare Certifi Substantial Completion, accompanied by r~ of items to be completed or corrected an~ 4. Contracting Officer may occupy Project, ~ portion thereof, at this time, under pro, stated in Certificate of Substantial Com] F. If Contracting Officer is going to occupl designated portion thereof, Contractor m~ final cleaning. Contractor shall complete work listed for col correction and all punch list items, within time, and return both lists with each item i dated to indicate completion. FOR FINAL COMPLETION Submit written certification that: 1. Contract Documents have been reviewed. 2. Project has been inspected for complianc Contract Documents. s required. items to be ~ject, or complete. ~eriod after ~ms to be list if ~rk is writing, rk and submit items to be designated le. : Work and :d. Lbstantially .st for ~nd will )wne r. ist of items ist to ;ate of .~vi sed list ~ punch list. )r designated ~isions )letion. ! Project, or ~st perform npletion or ]esignated ~itialled and _= wi th 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 Ce De Ee Fo 3. Work has been completed in accordance wi~ Documents. 4. Equipment and systems have been tested a] operational. 5. Project is complete in every respect. Contracting Officer will make final walk thr~ ten (10) days after receipt of certification Contractor remedy any remaining deficiencies final closeout submittals. Should final completion be materially delaye. fault of Contractor, Contractor may submit a] payment for portion of work on punch list wh completed, in accord with provisions of Genel Upon completion of project, before final pay] Contracting Officer, in number of copies req~ Contracting Officer, certified list of all sl services taxes paid by Contractor (and subco] execution of this Contract. Upon completion of the Work, employ Licensed make survey of site to insure conformance of grade, and site work to contours shown. Red~ not in accord with Contract Documents at Con, expense. Preserve monuments and property li] displaced, reset at Contractor's expense. END OF SECTION 01700-3 ih Contract %d are )ugh within and submit through no plication for [ch has been ~al Provisions. ~ent, furnish lired by ~les and ~tractor) in Surveyor to elevations, Work found ~ractor's ~es, if 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4O 41 42 43 44 45 46 47 48 49 5O 51 52 53 4C02, 7G24 SECTION 01710 CLEANING UP PART 1 - GENERAL 1.01 DESCRIPTION General: 1. Furnish all labor, materials, tools, equil services for cleaning up required in conj% work performed, as indicated or required, with provisions of Contract Documents. 2. Completely coordinate with work of all ot~ 3. Although such work is not specifically in( furnish and install all supplementary or items, appurtenances and devices incident~ necessary for a sound, secure and complet( installation. 1.02 FIRE PROTECTION A. Store volatile waste in covered metal contain~ B. Remove from premises daily. 1.03 POLLUTION CONTROL Conduct clean-up and disposal operations to c( local ordinances and anti-pollution laws. B. Do not burn or bury rubbish and waste on site PART 2 - PRODUCTS 2.01 CLEANING MATERIALS A. Use materials recommended by manufacturers of be cleaned. B. Use cleaning materials only on surfaces reco~ cleaning material manufacturer. PART 3 - EXECUTION 3.01 GENERAL ae Clean all items installed under this Contract. 1. Leave free of stains, damage, or other del to final acceptance. 2. Include washing, sweeping, polishing of a] 01710-1 ~ment, and ~nction with in accord ~er trades. [icated, Liscellaneous ~1 to or rs. imply with surfaces to Lended by !ects prior ~1 finished 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5O 51 52 53 United States Post Office - North Texas G.M.F. V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4O 41 42 43 44 45 46 47 48 49 50 51 52 53 01710-2 Be 3.02 A. B. C. D. E. F. G. H. I. J. K. 3.03 A. B. wall surfaces, floors, windows, hardware, lighting fixtures and items of equipment. Replace damaged or defaced items not acce Contracting Officer, to his satisfaction. additional expense to Contracting Officer See technical sections for additional cleanin¢ requirements. DURING CONSTRUCTION Clean up all waste materials, rubbish, and de] resulting from the work at such frequencies a~ Contracting Officer. Ensure that building and grounds are maintainE accumulations of debris. Sprinkle dusty debris with water. At reasonable intervals, minimum once a week, site and access and dispose of debris off site Remove grease, dust, dirt, stains, labels, fir and other foreign materials from interior and surfaces of fixtures, hardware, and equipment Repair, patch, and touch-up marred surfaces t¢ adjacent finishes damaged by his own operatior Comply with additional requirements defined i specifications. Vacuum interior areas when ready for painting Schedule cleaning operations so that contamin. resulting from cleaning do not fall on wet pa surfaces. Clean all glass and aluminum surfaces. Leave the work "broom clean". FINAL CLEANING Use experienced workmen or professional clean, cleaning. At completion of construction, just prior to a occupancy, perform final cleaning. C. Remove dirt, stains, labels, and foreign mater United States Post Office - North Texas G.M.F. & mirrors, )table to ~t no ris required by d free from clean-up gerprints, exterior is~atch nts nted rs for final cceptance or ials. V.M.F. 01 02 O3 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5O 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 D. Repair and touch-up marred areas. E. Broom clean paved surfaces; rake clean other s grounds; vacuum, polish and mop floors. F. Replace air conditioning filters if units were during construction. G. Clean ducts, blowers, and coils if air condit were operated without filters during construc H. Remove snow and ice from accesses to buildings END OF SECTION 01710-3 urfaces of operated oning units ion. 01 02 03 04 05 06 O7 08 09 10 11 12 13 14 United States Post Office - North Texas G.M.F. V.M.F. 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 4E04, 7G24 SECTION 01720 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.01 DESCRIPTION General: 1. Furnish all labor, materials, tools, equil services to provide Project Record Docume] specified, in accord with provisions of C~ Documents. 2. Completely coordinate with work of all ot] 3. See Division 1 for additional General Req~ Be Definitions: 1. Documents required for construCtion: Com] all documents required by Contract Docume including but not limited to: a. Contract drawings. b. Project manual/specifications. c. Addenda. d. Shop drawings. e. Product data. f. Samples and mock-ups. g. Project data. h. Change orders. i. Modifications. j. Field test records. 2. Field documents: Complete set of all doc required for construction. a. Used for construction of project. b. Contract drawings in form of prints. 3. Periodic Update Documents: Complete sepa all documents required for construction w of samples and mock-ups. a. Not used for construction of project. b. Contract drawings in form of clean pr 4. Project Record Documents: Complete set o documents required for construction with samples and mock-ups. a. Do not use for construction of projec b. Provide contract drawings in form of reproducible sepia mylars. 1.02 SUBMITTALS (See Division 1) A. Shop drawings: Not required. B. Product data: Not required. C. Samples: Not required. 01720-1 )ment, and %ts as )ntract %er trades. lirements. )lete set of {ts, ~ments rate set of th exception nts. all ~xception of ~orrectable, 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5O 51 52 53 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01720-2 Project information: 1. Project Record Documents, at completion o~ Owner with letter of transmittal. a. Submit Project Record Documents in cot for Periodic Update Documents. 2. Provide transmittal letter containing: a. Date. b. Project title. c. Contractor's name and address. d. Title and number of each Project Reco] e. Certification that Project Record Doc% submitted are complete and accurate. 3. Copy of transmittal letter to Contracting PART 2 - PRODUCTS - NOT USED PART 3 - EXECUTION 3.01 POSTING PRIOR TO CONSTRUCTION A. After Contract is executed, but prior to star~ construction, obtain Contract Drawings and Pr, Manual/Specifications which will be used for Documents and Periodic Update Documents. B. Obtain copies of all addenda and post above d 3.02 MAINTENANCE OF FIELD DOCUMENTS A. Maintain minimum of one copy at project site. B. Label each document "FIELD". C. These documents will be used for construction D. Make documents available at all times for rev Contracting Officer and authorities having ju 3.03 MAINTENANCE OF PERIODIC UPDATE DOCUMENTS A. Maintain one copy at project site. B. Label each document "PERIODIC UPDATE". C. Do not use these documents for construction p D. Make documents available at all times for rev Contracting Officer and authorities having ju E. Maintain in clean, dry, legible condition. project, to tainers used ~d Document. lments Officer. of ject ield )cuments. of project. ew by isdiction. Lrposes. iew by risdiction. 01 02 03 04 O5 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4O 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5O 51 52 53 3.04 A. B. C. D. E. 3.05 A. Maintain contract drawings in stackable, encl cardboard file drawers designed to hold Drawi horizontally. 1. Provide index of contents of each file dr outside of drawer. Maintain all other Periodic Update Documents enclosed file boxes designed to hold specific document. 1. Provide index of contents of each box on box. POSTING AND UPDATING OF PERIODIC UPDATE DOCUME Post and update on weekly basis. Contract drawings: Mark legibly to record ac construction including but not limited to: 1. Depths of various elements of foundations to first floor level. 2. Horizontal and vertical location of under utilities and appurtenances referenced tc surface improvements. 3. Location of internal utilities and appur concealed in construction referenced to accessible features of structure. 4. Field changes of dimension and detail. 5. Changes.made by change order or field or Project Manual/Specifications: Type on each record all changes including but not limited 1. Addenda. 2. Change order or field order. 3. Modifications to contract. 4. Bind added sections into Project Manual/Specifications. 5. Indicate manufacturer. Do not conceal work for which information mu~ until all required information is recorded or Update Documents. Any work concealed prior to recording of req% information will be exposed. Once all requi] information is recorded on Periodic Update Dc will be restored at Contractor's expense. PRODUCTION OF PROJECT RECORD DOCUMENTS At substantial completion, obtain complete se correctable, reproducible mylars for each co~ drawing. 01720-3 osed ngs awer on in stackable, type of outside of NTS tual in relation ground permanent ~nances 'isible and .er. section to to: ~t be recorded Periodic ired ed )cuments, work ~t of ltract 01 02 O3 04 O5 06 07 08 09 10 11 12 13 14 15 16 17 18 19 2O 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5O 51 52 53 -- United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 01720-4 Be C. D. E. Label each document "PROJECT RECORD". Have skilled draftsman transfer all changes, entries, etc., from Periodic Update Documents Record Documents. Ail other Periodic Update Documents may be us~ Project Record Documents provided they are in condition. Replace any Periodic Update Document, found t~ unsatisfactory condition. Transfer all recor~ from original to replacement copy. END OF SECTION ~orrections, to Project ~d for satisfactory ) be in led changes 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 5H02, 7G28 SECTION 02210 SITE EXCAVATION AND ROUGH GRADING PART 1 - GENERAL 1.01 DESCRIPTION ae General: 1. Furnish all labor, materials, tools, equ services for earthwork as indicated, in provisions of Contract Documents.. 2. Completely coordinate with work of all o 3. Although such work is not specifically il furnish and install all supplementary or items, appurtenances and devices incident necessary for a sound, secure and complet installation. B. Related work specified elsewhere: 1. Site clearing: Section 02100. 2. Building excavation, filling and backfill Section 02222. C. Definitions: 1. Unclassified excavation: Excavate and g] materials. 1.02 QUALITY ASSURANCE A. Compaction density test: Standard Proctor A~ Layout work by Surveyor or Civil Engineer rec State of Texas. Ce Contractor to hire an independent soils labo (approved by Contracting Officer) to conduct moisture and density tests. The minimum fre{ testing is as follows: 1. Under buildings and paved areas: One tel lift per 5,000 square feet. 2. Outside buildings or paved areas: One t~ lift per 10,000 square feet. 3. If initial tests fail, further retesting required. De Tolerances of sub-grade: 1. Unsurfaced areas: 0.20 FT (60 mm) plus/i required elevations. 2. Paved areas: 0.10 FT (30 mm) plus/minus elevations. 1.03 JOB CONDITIONS 02210-1 .pment, and Lccord with :her trades. kdicated, miscellaneous :al to or 'e ing: ade all TM D698. istered in atory in-place uency of t per .~st per will be .~inus from from required 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5O 51 52 53 -- United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02210-2 1.04 A® Protect existing facilities, utilities (overh underground), pavement. 1. Repair damaged items. 2. Cost of repair to items not indicated pai 3. Notify Owner and make emergency repair as Protect graded areas against erosion. 1. Re-establish grade where settlement or wa at no extra cost. EXTRA WORK Replacement of unsuitable material will be ps extra work. 1. Include unit price per cubic yard on prop PART 2 - PRODUCTS 2.01 MATERIALS Fill materials: 1. Reasonably free of roots, organic materi~ frozen matter, and stones larger than 6 ] 2. Add water to dry material, as required. 3. Allow wet material to dry, as required. 4. Provide additional borrow or fill as req~ extra cost. 5. No borrow or fill can be obtained on site removed from excavating and grading or a~ Contracting Officer. Be Surplus material: 1. Stockpile surplus material on site as di Contracting Officer. PART 3 - EXECUTION 3.01 A. PREPARATION Layout all units, structures, piping, paved establish their elevations. B. Perform all other layout work required. C. Replace property corner markers to original disturbed or destroyed. Preparation for embankments and fills: 1. Before fill is started, scarify to a min 6 IN (150 mm) under proposed paved areas ead and d by Owner. directed. shing occurs id for as osal form. ~1, trash, N (150 mm). .ired, at no , except as permitted by ected by ~reas and Location if [mum depth of 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. & V.M.F. 03. 02 03 04 05 06 O? 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 3.02 A. B. C. E. F. G. H. I. 3.03 A. B. C. D. E. F. In areas where existing ground surface i! one vertical to four horizontal, bench si order to spread fill horizontally so that material will bond with existing surface GENERAL Excavate and grade site as shown on rough gr~ Excavation and grading to be unclassified. Fill as required to bring existing grades to grades. Furnish and place all additional approved ma' required to bring rough grade to proper line During construction, shape and drain embankm, excavation. Maintain ditches and drains to provide drain; times. Provide pumping if required. Remove materials which cannot be compacted a: and replace with suitable material. Remove materials unsuitable to receive fill. 1. Replace with suitable material. CONSTRUCTION OF EMBANKMENTS AND FILLS Construct embankments and fills to lines and Make completed fill correspond to shape of t section or contour indicated regardless of m show shape, size, and extent of line and gra. Insure that cobbles larger than 4 IN (100 mm placed in upper 6 IN (150 mm) of fill or emb Place material in lifts, maximum 8 IN (200 m thickness. Place layers horizontally and compact each 1 placing additional fill. Compact using suitable equipment. 1. Control moisture to meet requirements of 2. Do not place materials in embankments or exceed 3 percent above or below optimum content. 02210-3 i steeper than lrface in fill ding plans. rough :erial and grade. ~nts and ~ge at all specified grades. Fpical cross ~thod used to ~e of work. , are not nkment. ~) loose ~yer prior to compaction. fills which moisture 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 -- United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 02210-4 Ge H. I. 3.04 A. B. Compaction tests to be as specified in pa 1.02 C, this section. Under all paved areas and extending 1 FT (30G pavement edge, compact to 95 percent maximum For other embankments and fills not listed, ¢ percent of maximum dry density. Under proposed building and structure sites, density as specified in Section 02222 "Buildi Excavation, Filling and Backfilling". LAYOUT FOR ROUGH GRADING Install grading stakes for checking rough gra throughout area to be graded. 1. Set at 50 FT (15 M) grid intervals, and ~ to reflect all grading variations. 2. Stakes: 1 x 2 x 24 IN (25 x 50 x 600 mm) 3. Set securely so that minimum of 6 IN (15£ rough grade. 4. Mark each stake to indicate design finis? indicated. Maintain stakes until Contracting Officer has rough grade. END OF SECTION ragraph mm) beyond dry density. ompact to 90 compact to ng de s required , sound wood. mm) is above .ed grade reviewed 01 O2 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 O3 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 4E04, 7G28 SECTION 02221 TRENCHING, BACKFILLING AND COMPACTING FOR UTi PART 1 - GENERAL 1.01 DESCRIPTION ae General: 1. Furnish all labor, materials, tools, equ~ services for excavation, trenching, back~ compacting for all underground utilities in accord with provisions of Contract Do, 2. Completely coordinate with work of all o 3. Although such work is not specifically ii furnish and install all supplementary or items, appurtenances and devices inciden' necessary for a sound, secure, complete installation. Be Related work specified elsewhere: 1. Rough grading: Section 02210. 2. Water distribution system: Section 0266 3. Sanitary sewers: Section 02732. 1.02 QUALITY ASSURANCE A. Compaction density test: ASTM D698. Be Contractor hire an independent soils laborat~ by Contracting Officer) to conduct in place ] density tests. 1. The minimum frequency of testing is one lift per 3000 linear feet of trench. 2. Test locations to be staggered along tre each successive lift. Ce Comply with all aspects of "Safety Rules & R Excavation" as promulgated by State of Texas 1.03 JOB CONDITIONS ae Verify location and existence of all undergr utilities. 1. Omission or inclusion of located utility drawings does not constitute non-existen location. 2. Secure and examine local utility surveyo~ available location data. Protect existing utilities from damage due tO construction activity. 1. Repair all damages to utility items. 02221-1 [LITIES ~pment, and filling and as indicated, :uments. :her trades. ldicated, miscellaneous ~al to or nd compatible ry (approved Noisture ~est per lch for ~gulations for )und items on :e or definite records for any 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 -- United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02221-2 Ce De Avoid overloading. Keep surcharge sufficient back from edge of excavation to prevent slide Maintain and trim excavated materials in such be as little inconvenience as possible to puk adjoining property owners. Provide full access to public and private pre fire hydrants, at street crossings, sidewalks points to prevent serious interruption of tra E. Ail excavation is unclassified. PART 2 - PRODUCTS 2.01 MATERIALS ae Backfill material: As approved by Contractin 1. Free of rock cobbles, roots, sod or other matter° 2. Moisture content at time of placement: 3 plus/minus of optimum moisture content, a in accord with ASTM D698. Be Embedment materials: As shown on plans. 1. Plans refer to materials defined in "Stan Specifications for Public Works Construct Central Texas, Council of Governments. PART 3 - EXECUTION 3.01 GENERAL A° Remove and dispose of materials determined Officer to be unsuitable. Be Trench, backfill and compact for all undergr¢ utilities. 3.02 TRENCH EXCAVATION Excavate trenches by open cut method to depth and necessary to accommodate the work. Be Open no more than 300 LF (90 M) of trench at less, as required by Contracting Officer. Fa comply may necessitate shutdown of entire pre backfilling is performed. Ce Avoid over excavating below indicated grades required to remove unsuitable material. distance s or caving. a manner to lic and mises, to and other vel. g Officer. organic percent s specified dard ion, North Contracting und indicated one time, or ilure to ject until unless 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 -- 37 38 39 4O 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 O5 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 F. G. 3.03 A. B. C. D. E. 3.04 A. B. Backfill over excavations in firmly compacte( mm) lifts. Trench size: Excavate only sufficient width accommodate free working space. 1. Cut trench walls vertically from bottom top of pipe, conduit, or utility service. 2. Trench width at top of pipe or conduit m~ outside diameter of utility service by m( following dimensions: Overall Diameter of Utility Service Excess Dime 33 IN (840 mm) and less more than 33 IN (840 mm) 16 IN ( 24 IN ( Keep trenches free of water. Brace and sheet trenches as soil conditions not remove until backfilling has progressed that no damage to piping, utility service, o result due to removal. PREPARATION FOR PIPE LAYING See drawings and specific pipe material sect embedment requirements. When discrepancy exists between those requir~ these specifications, provide type of embedm( provides greatest load factor. Types of embedment: See details on plans. Provide trench embedment conditions shown on Form bell holes in trench~s such that only is firmly supported by bedding material. BACKFILLING Do not backfill until all tests are performe{ and system complies with specified requireme] Hand or pneumatic tamp backfill around and o, lifts not exceeding 8 IN (200 mm) loose thicl C. Compact to density specified, so pipe will nc D. Exercise care in backfilling operations to a, displacing pipe joints either horizontally ol 02221-3 6 IN (150 to ~f trench to ~y not exceed ~re than ~nsion :00 mm) ;00 mm) lictate. Do :o a stage conduit will ons for !ments and nt which plans. rrel of pipe ~ on system, ~ts. 7er pipe in ness. ,t be injured. ~oid vertically 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 -- United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 O5 06 O7 08 09 10 11 12 13 14 15 16 17 02221-4 Ze 3.05 A. B. C. and to avoid breaking pipe. Do not water flush for consolidation. COMPACTION Compact all trench backfill in paved areas as Engineer to at least 95 percent of maximum dr In locations where trench will not be under p compact backfill to minimum 90 percent of max density. Test compaction as required in paragraph 1.02 section. END OF SECTION directed by y density. aved areas, lmum dry B, this 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 5C14, 7G28 SECTION 02222 BUILDING EXCAVATION, FILLING, BACKFILLING AND S~ PART 1 - GENERAL 1.01 DESCRIPTION Am General: 1. Furnish all labor, materials, tools, equ~ services for all excavating, filling, ba( stabilizing for building construction, az in accord with provisions of Contract Doc 2. Completely coordinate with work of all ot 3. Although such work is not specifically i furnish and install all supplementary or items, appurtenances and devices inciden necessary for a sound, secure and complet installation. 4. See Division 1 for General Requirements. Be Related work specified elsewhere: 1. Site excavation and rough grading: Sect~ Ce Definition: 1. Maximum Density (Max.Den.): Determined 2. Unsuitable material: Debris and/or soil judged unsuitable for support of slabs a foundations or for use as a fill or back~ material. Unsuitable material shall be ~ replaced with compact backfill as direct. Contracting Officer. Dispose of unsuital off site as directed. 1.02 QUALITY ASSURANCE Subsurface soils investigations have been ma~ site. 1o Soils information was obtained for use ii foundation design. 2. Soils report location is included in spe~ 3. Examine site and soils report and determ of materials to be encountered. Bo Contractor hire an independent soils laborat~ by Contracting Officer) to conduct in-place ~ moisture-density tests and to observe and co: of pressure injection. 1. If initial test fails, further re-testin~ required. 2. Minimum testing requirements are as foll, Contractor's geotechnical engineer may p, additional testing as needed for proper 02222-1 'ABILIZING pment, and ~kfilling and indicated, ~uments. :her trades. ldicated, miscellaneous :al to or e on 02210. )y ASTM D698. .~ater ial .-'ill :emoved and .~d by the )le material ]e at project preparing ifications. .ne character )ry (approved ;ompaction ~duct testing shall be WS: :r form :ecommendat ions 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 -- United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 O5 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5O 51 52 53 02222-2 1.03 A. Bo 1.04 A. 1.05 A. of conformance. a. In place compaction moisture density test per lift per 5,000 square feet. b. Testing of pressure injection: One b 10,000 square feet. Depth of boring depth of injection. Take tube sample and moisture determined on 1 FT inter c. Make Atterberg limits tests on each s per 20,000 square feet. d. Make swell tests on each soil type pe square feet. SUBMITTALS Product data: 1. Maximum Density curves and Atterberg limi and backfill material. Samples: As required for product data. JOB CONDITIONS Carefully maintain all bench marks, monuments reference points and replace if disturbed or Comply with rules and regulations governing utilities. Protect active utilities from dan and relocate only as indicated. EXTRA WORK Unsuitable material: Removal and replacement unsuitable material as directed by the Contr~ Officer will be extra work. Payment will be by multiplying the Unit Price furnished on tf times the volume of unsuitable material repl~ Payment volumes: Volumes of unsuitable materJ determining payment will be estimated by the Building pad protection: Maintenance of bui] pad beyond March 1, 1988 is extra work. Payr be determined by multiplying the Unit Price in the Proposal by the time of extended main PART 2 - PRODUCTS 2.01 A. MATERIALS Fill and backfill material: Clean selected mi approved by Contracting Officer, from site e: from off-site borrow areas. 01 testing: One 02 O3 oring per 04 shall equal 05 s continuously 06 vals. 07 oil type 08 09 r 50,000 10 11 12 13 14 15 ts for fill 16 17 18 19 20 21 22 and other 23 destroyed. 24 25 espective 26 .age; remove 27 28 29 30 31 of 32 .cting 33 determined 34 ~e Proposal 35 ced. 36 37 als for 38 Engineer. 39 40 .ding 41 tent will 42 !urnished 43 :enance. 44 45 46 47 48 49 50 ~terials, 51 [cavation or 52 53 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 Be Ce Submit Maximum Density curves for each source backfill material. Select fill: Very sandy clay to clayey sand limit less than 30 and plasticity index betwE SC per Unified System Classification of Soil~ 41 42 43 44 45 46 47 48 49 50 51 52 53 PART 3 - EXECUTION 3.01 EXCAVATION - GENERAL Do not perform any blasting. Excavate to dimensions and elevations indicat regardless of the materials encountered. Ali additional space as required for constructior Ce De Remove any old foundations, building ~constru( other materials concealed beneath present gr~ required to execute work, and as indicated. If unsuitable material is encountered during remove and replace material as directed by C¢ Officer. Ze Properly grade bottoms of all excavations fol drainage. Where cuts are indicated, excavate to levels directed by Contracting Officer. 1. Remove rocks, lumps, vegetation and othel material. Contractor is responsible for shoring and br~ excavations as required to protect utilities construction and new work. Remove shoring as backfilling progresses, bu excavations are safe. Control grading around building. 1. Pitch earth to prevent water'from runnin¢ excavated areas. 2. Maintain all pits and trenches free of w~ times. 3. Provide all pumping required to keep exc~ clear of water during construction. 4. When springs or running water are encount Contracting Officer, provide free discha] by trenches or pumps, and drain to appro! of disposal as directed. 02222-3 of fill or with a liquid ~en 4 and 12. ed operations. tion, and ~de, where excavation, tntracting proper shown or foreign cing existing only when into ter at all Lvated spaces ~ered, notify ,ge of water ~riate point 01 02 03 04 O5 O6 O7 08 O9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 -- United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02222-4 3.02 A. B. C. D. E. F. G. I. LIME SLURRY PRESSURE INJECTION Injection process shall be observed on a full by a qualified technician under direction of geotechnical engineer. Proportion the lime slurry within the range c (2.5) to 3 LBS of hydrated lime per gallon of Specific gravity readings shall range from 1. at 20 degC. The lime slurry shall be continu agitated to insure uniformity of mixture. SE gravity should be the same at both mixer tank injection nozzle. A surfactant (wetting agent) shall be used ir slurry. The amount of surfactant used shall accordance with the manufacturer's recommende The lower portion of the injection nozzle she of a hole pattern that will uniformly disper lime slurry throughout the entire depth. Injection pressures shall be adjusted to dis large a volume of lime slurry as possible wi pressure range of 50 to 200 LBS per square ir Injection pipe shall be forced downward (not washed) in 12 to 18 IN intervals, injecting each interval (minimum of four intervals) fo~ depth of 7 FT or 10 FT, see plan for locatior will be determined on site by the Geotechnic~ Spacing for the injections shall not exceed each way, and injections shall be carried at outside building lines. Subsequent injectior offset from inital locations in a pattern the distribution of the slurry. After each injection the moisture content of shall be evaluated by the Contractor's geote( engineer on the basis of laboratory tests on (not cu~ings) obtained from shallow borings supervision after each injection'pass (or pa~ time basis Contractor's f 2-1/2 water. 14 to 1.17 ously ecific and the lime be in tions. 11 consist e the ~erse as hin a .ch. jetted or o refusal at a total ~. Refusal .1 Engineer. ~ FT on center least 5 FT ~s shall be ~t maximizes the soils :hnical tube samples under his ~ses) following a 24 hour curing period. Contract~.ng Officer shall develop recommendations on the need fo~ additional injections. In the event that more than three injection ~asses are required, the surface of the injected area s~all be scarified to a depth of at least eight inche:~ and recompacted prior to the next injection. United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 Je 3.03 A. Free lime on surface shall be scarified to a least 8 IN and thoroughly mixed into surfici~ the mixture compacted to 95 percent of maximL FILLING AND BACKFILLING - INSIDE BUILDING Scarify top 8 IN (200 mm) of earth and compa( percent of maximum density. B. Place select fill material in 10 IN loose lit compact each lift to 95 percent maximum dens C. Maintain moisture between 0 and 3 percent ab, during compaction. D. Compact fill and backfill using suitable mec~ tamping equipment to obtain specified densit E. Before placing fills on subgrade, obtain app Contracting Officer. F. Correct and recompact any compacted material specified compaction requirements. G. Continue corrective measures until required has been attained. 3.04 A. 3.05 A. 3.06 A. Ce De FILLING AND BACKFILLING - OUTSIDE BUILDING Refer to Section 02210 "Site Excavation and GRADING NEXT TO BUILDING Evenly slope rough grade as shown on drawing BUILDING PAD PROTECTION Extend building pad protection to 5 FT outsi{ line. Contractor is responsible for maintaining bu~ until March 1, 1988. Maintenance of building pad includes maintai moisture content of soil, maintaining final shown on plan and maintaining proper density compaction. Contractor determine means of maintaining pa~ include, but are not limited to: 1. Use of a protective covering such as pol~ sheeting or an asphaltic emulsion conforl specification SS-1 per Texas Highway Dep~ 02222-5 depth of at ~1 soil and lm density. :t to 95 its and .ty. ~ve optimum Lanical oval of not meeting :ompaction [ough Grading". e building lding pad .ing proper 'rades as and · Options ethylene ~ing to ~rtment 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30. 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 -- United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 02222-6 3.07 A. Item 300. Staging sitework such that building pad i; in proper order, at same time as contract ACCEPTANCE OF WORK Obtain Contracting Officer's approval of exca' before starting any construction. Notify Contracting Officer 48 hours in advanc~ excavations are ready for inspection. END OF SECTION completed, close out. ;ations of when 01 02 03 04 05 06 07 08 09 10 11 12 13 United States Post Office - North Texas G.M.F. V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5O 51 52 53 6K26, 7G28 SECTION 02665 WATER DISTRIBUTION SYSTEM PART 1 - GENERAL 1.01 DESCRIPTION ae General: 1. Furnish all labor, materials, tools, equ services for underground water distribut indicated, in accord with provisions of Documents. 2. Completely coordinate with work of all o 3. Although such work is not specifically il furnish and install all supplementary or items, appurtenances and devices inciden necessary for a sound, secure and comple installation. Bo Related work specified elsewhere: 1. Site excavation and rough grading: Sect 2. Trenching, backfilling and compacting fo Section 02221. 1.02 JOB CONDITIONS ae Verify location of all existing utilities an and underground utilities. Be Protect existing utilities and structures an damaged. PART 2 - PRODUCTS 2.01 MATERIALS ae Water mains: 1. Ductile iron pipe and fittings, ANSI A21 A21.11, and A21.10, thickness Class 2, o cement mortar lined in accord with ANSI 2. Polyethylene wrapper: Provide for all p fittings. Bo Service lines 3 IN and smaller: ASTM B88 co type "K" hard drawn, with solder type bronze Ce Valves: AWWA C500, gate type, with mechanic or as otherwise may be necessary; cast iron mounted, parallel seat, double disk, non-ris left (counter clockwise), working pressure 2 valves from a single manufacturer. 02665-1 Lpment, and Lon system as '.ontract '.her trades. ~dicated, miscellaneous :al to or :e [on 02210. utilities: structures ~ replace if .51, A21.5, r heavier, .~21.4. ipe and ?per tubing fittings. ~1 joint ends body, bronze ing stem, open 00 PSI; all 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5O 51 52 53 United States Post Office - North Texas G.M.F & V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02665-2 De Se Fe Valve boxes: Roadway type, cast iron, 2 sect adjustable screw type, proper, length and base depths required; word "water" cast in cover; with valves. Fire hydrants: AWWA C502, dry barrel type de 150 PSI working pressure, with valve opening in diameter, 6 IN bell connection, two 2-1/2 connections, and one 4-1/2 IN pumper connecti 1. Outlets: American National fire hose cou threads. 2. All working parts: Bronze. 3. Latest stock pattern produced by manufact 4. Opening counterclockwise. Corporation and service stops: Ail bronze wi joint coupling, threads on inlet end conformi~ C800; tested to minimum hydraulic pressure of Buttresses: Portland cement concrete, 6 bag 1 1. Minimum 28 day compressive strength: 3,00~ PART 3 - EXECUTION 3.01 CLEANING PIPES A. Thoroughly clean pipes and fittings before la, B. Keep clean until acceptance of Work. Thoroughly clean inside of every pipe and fit before lowering into trench, to remove all fol Carefully lower into trench in manner to excll matter while jointing it to other pipe. Ee At close of each work day, or during any peri¢ job is not being actively pursued, tightly se~ ends with an expansion type stopper or other type of watertight seal so that no foreign su water may enter line. F. Keep seal in place until pipe laying is again Ge Under no circumstances use pipe that has been inside with petroleum products or any other 1 will soak into cement lining or soften bitumi In event that any foreign matter or water ent that has already been laid, immediately cease lay no more pipe until contamination has been ion, size for :ompatible igned for t least 5 IN £N hose pling rer. h flange ~g to AWWA 200 PSI. nix. PSI. ing. ~ing just eign matter. .de foreign )d when il pipe lpproved )stance or resumed. contaminated .quid that ~ous lining. ~rs pipe work and removed 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4O 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. V.M.F. 01 02 03 04 O5 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 3.02 A. D. E. F. G. H. I. J. K. L. M N. O. 3.03 A. to satisfaction of Architect. LAYING PIPE Use only proper and suitable tools and appli~ and convenient handling and laying of pipes Carefully place pipe, fittings and valves in 1. Install polyethylene wrapper on all pipe and valves. Do not dump or roll pipe or fittings into tr Do not allow any pipe or fitting to drop aga fitting already in trench. Take care to prevent damage to pipe, lining, Repair all lining or coating damaged in any satisfaction of Contracting Officer. Install pipe so ends of pipe abut against ea so there is no shoulder or unevenness inside Take special care to insure that pipes are on a solid foundation, and any defects due made good by Contractor at his own expense. Dig bell holes large enough to insure proper Do not allow pipe to rest on rock. Whenever a pipe or fitting requires cutting, in a satisfactory manner with tools which lei right angle cuts without damaging lining or Make such cuts at no added cost to Owner. Do not spring joints, to effect a change in unless directed to do so by Contracting Offi Secure pipe, fittings and valves in place on foundation, thrust blocks or by strapping, al Thrust blocks are required at all bends, tee: hydrants. PERMISSIBLE DEFLECTION AT JOINTS Wherever it is necessary to deflect pipe fro~ line, either in vertical or horizontal plane deflection allowed shall not exceed that req satisfactory calking or assembly of joint. 02665-3 nces for safe nd fittings. o trench. fittings nch. nst pipe or and coating. lay to :h other main. ~11 bedded settlement jointing. perform work ~ve smooth )ipe. tirection, ~er. concrete indicated. , valves and a straight amount of ired for 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02665-4 Be 3.04 A. B. 3.05 A. B. C. D. E. F. G. Make any such necessary deflection in accord and tolerances established by pipe manufactur JOINTS Ductile iron push-on joint pipe: Circular rub which fits into specially designed bell or so pipe and a specially prepared lubricant. Mak following manner: 1. Thoroughly clean gasket seat and gasket. 2. Wipe with a cloth and apply thin film of to inside surface of gasket which will co contact with entering pipe. 3. Use only lubricant furnished with pipe. 4. In no case use mineral oil or petroleum b 5. Thoroughly clean plain end of pipe to be start it into socket so it is in contact 6. Apply a thin film of lubricant to outside end for about 25 mm (1 IN) back from end. 7. Complete joint by exerting sufficient for entering pipe so that it's plain end is m gasket until it makes contact with socket 8. Any method may be used to home pipe. Ductile iron mechanical joint pipe. 1. Make joints according to manufacturer's i FITTINGS AND VALVES Place fittings, gate valves, and valve boxes mains where indicated on drawings. Place in accord with requirements as provided in these specifications. Set fittings and valves and join to pipe in m specified for cleaning, laying and jointing p Where valves are placed on end of a pipe line iron plug and secure in exposed bell before b Provide valve box for every nut operated valv case enclosed operating mechanism valve. Carefully place valve box at right angle to m Do not allow valve box to transmit shock or s valve; center it plumb over wrench nut of val box cover flush with surface of finished pave set to elevation indicated. H. Rest flange at bottom of top section on plank with values er. ber gasket cket end of e joint in lubricant me into ase lubes. jointed and with gasket. of plain ce on ~ved past base. nstructions. along water elsewhere ~nner ipe. place a cast ~ckfilling. e and grease ~in. tress to ~e, with Rent, or ~ which 01 02 03 -- 04 05 06 -~- 07 08 09 10 11 12 13 -- 14 15 16 _ 17 18 19 20 21 22 23 -- 24 25 26 _ 27 28 29 30 -- 31 32 33 -- 34 35 37 38 39 40 ~- 41 42 43 -~ 44 45 46 47 48 49 50 -- 51 52 53 United States Post Office - North Texas G.M.F. V.M.F. 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29. 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 ne 3.06 A. 3.07 A. B. 3.08 A. extend 200 mm (SIN) into solid ground on trex trench. I. Take care in tamping backfill around valve t( place and firmly supported to preclude settl~ J. Remove and reset all boxes found out of plac~ supported, at no added cost to Contracting OJ K. Determine whether valve or valves are in pro~ order before and after installation. If not, notify Contracting Officer, and repl~ HYDRANTS Install hydrants in accord with AWWA C600 or applicable, except as modified herein. B. Set operating nut not over 4 FT above finish C. Thoroughly compact backfill around hydrants D. Make hydrant available for beneficial use. E. Set hydrant on slab of stone or concrete, mi thick and 15 IN SQ. CONNECTION TO EXISTING WATER SYSTEM Make connections to water system as indicatef Make connections at such hours, determined b5 Officer, to cause least disturbance of water existing consumers. C. Notify Contracting Officer at least 3 days ir time Contractor desires to make connections. D. Make no connections without Contracting Offi¢ approval. Include all expense of making connections in ARTIFICIAL FOUNDATION When directed, lay pipe upon an artificial f¢ consisting of gravel, sills, wedges, plank or of concrete, sized and placed as directed by Officer. B. Include all necessary excavation for such cot 02665-5 ~ch sides. ~ keep box in !ment. or not firmly ricer. ~er working ce. C603, as grade. ~o grade. ~imum 4 IN Contracting supply to advance of er's prior bid price. .undation, timber, or Contracting .struction. 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5O 51 52 53 United States Post Office - North Texas G.M.F. & V.M.F. 01 02 O3 04 O5 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02665-6 3.09 A. B. C. D. E. F. G. H. I. J. K. L. M. N. 3.10 A. B. TESTING WATER MAINS Test completed water mains for leakage. Test sections as directed or approved by Cont: Officer. Maximum allowable leakage: As required in "St Specifications for Public Works Construction, Central Texas, Council of Governments". Fill length of water main under test with wat~ to test pressure of 10 KG/SQ CM (150 PSI). Operate all valves in test section during test After valves have been tested, and their defi~ any, corrected, fill length of main under test taking care to eliminate all air from line. Raise pressure to test pressure by means of cc Maintain at test pressure for at least 2 HR. At end of test period, again fill pipe with wi either measured receptacle or an accurately c~ meter and determine leakage. Repair every leak which Contracting Officer de important, and every section of line in which exceeds maximum allowable amount, whether or has been filled. Replace every pipe, fitting, valve, etc., whi evidence under test of being defective. If line shows excessive leakage in any phase retest line after correction of defects. Continue correcting defects until all leaks e allowable leakage have been remedied. Repair leaks and defects or otherwise remedy expense to Contracting officer and to complet~ satisfaction of Contracting Officer at whatew they become apparent. STERILIZATION OF WATER MAINS Sterilize water mains as specified and direct[ Perform sterilization by either of following 1. By introducing a chlorine gas/water mixtu] :acting :andard North ir and bring ;iencies, if with water, mpressed air. [ter from [librated ~ems leakage lot trench :h gives test, [ceeding It no added r time that lethods: · e by means 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5O 51 52 53 United States Post Office - North Texas G.M.F. V.M.F. 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 Ce D. E. F. G. H. I. 3.11 A. B. of a solution/feed chlorinating device. By introducing a mixture of calcium hypo~ (comparable to commercial products known Perchloron) and water. Prior to beginning of sterilizing operations. Contracting Officer's approval, schedule list of procedure to be followed. Before beginning sterilization, remove dirt matter from mains by a thorough flushing wit Introduce water slowly and introduce sterila] corporation cocks at rate 1 LB chlorine gas/i of water, (1.0 KG/20,000 Ltr, or at rate of calcium hypochlorite (measured in a dry stat preparation of slurry)/1,680 GAL of water (1 14,000 liters). After sterilizing agent has been in pipe min~ take samples and analyze. If less than 5 MG/L residual chlorine is ind~ pipe and repeat treatment. If more than 5 MG/L residual is indicated, dl waste and refill with clear water. Take care to prevent contamination of steril~ DEFECTS TO BE MADE GOOD If, at any time prior to expiration of warra] any broken pipes, or any defects, are found in any of their appurtenances, remove and re proper material and workmanship, at no added Contracting Officer. Carefully examine all materials for defects placing; do not place any found defective. END OF SECTION 02665-7 :hlorite as HTH or submit for ing details nd foreign clean water. t through 400 GAL LB prior to 0 KG per .mum of 3 HR, .cated, drain Jain lines to zed pipe. .ty period, .n mains or )lace with cost to )rior to 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 United States Post Office - North Texas G.M.F. & V.M.F. O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 6K26, 7G28 SECTION 02720 STORM DRAINAGE SYSTEM PART 1 - GENERAL 1.01 DESCRIPTION ae General: 1. Furnish all labor, materials, tools, equ services for all storm drainage systems in accord with provisions of Contract Doc 2. Completely coordinate with work of all ot 3. Although such work is not specifically in furnish and install all supplementary or items, appurtenances and devices incident necessary for a sound, secure and complet installation. Be Related work specified elsewhere: 1. Site excavation and rough grading: Sect C. Ail excavation is unclassified. Definitions: 1. Unclassified excavation: materials. Excavate and gr 1.02 QUALITY ASSURANCE Storm drainage system standards: Standard Sp, for Public Works Construction, North Central of Governments, as amended to date. Be Should conflicts arise between standard speci government agencies mentioned herein and Cont~ Documents, the more stringent shall govern. Ce Where a particular type of material or method specified, no other material or method will bt D. Compaction density test: Standard Proctor AS[ Se Contractor hire an independent soils laborato] by Contracting Officer) to conduct in place mc density tests. 1. The minimum frequency of testing is one t~ lift per 3,000 linear feet of trench. Te~ locations to be staggered along trench fo] successive lift. 1.03 JOB CONDITIONS 02720-1 pment, and s indicated, uments. her trades. dicated, miscellaneous al to or e ion 02210. ~de all ~cifications Fexas, Council ~ications of ~act is permitted. M D698. ry (approved isture and st per ;t each 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M'.F. V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02720-2 A® C. D. E. F. Verify locations of existing and new undergro~ utilities. Protect existing structures and utilities fror Repair if damaged by this work. Lengths indicated on drawings are for informal Furnish lengths as required. Perform no pipe work in fill areas until embal fill has been completed to at least 2 FT (600 top of pipe and has been properly compacted. Verification of existing utilities and struct~ 1. Plans indicate existing utilities as showl survey. 2. Verify accuracy, location and depth of eac prior to trenching or tunneling. 3. If pipe adjustment is necessary due to loc other utilities, secure approval from Cont Officer. Do not change pipe sizes without securing pri¢ approval from Contracting Officer. PART 2 - PRODUCTS 2.01 MATERIALS A® Acceptable manufacturers: 1. Ail pipe, box, and fittings: Manufacturer produced required products successfully u~ least 5 years. Reinforced concrete pipe (RCP): 1. Pipe and fittings: ASTM C76-83, Classes 2. Joints: Compression type. a. With removable rubber gasket, ASTM C4 b. With field applied preformed flexible sealing compound. c. Install in strict accord'with manufact recommendations. 3. Sizes: As indicated. Ce Reinforced concrete box (RCB). 1. Box: ASTM C850. 2. Joints: Tongue and groove. 3. Cast in place box may be used as alternat~ precast box. United States Post Office - North Texas G.M.F. Lnd damage. ion only. ~kment or mm) above res. on site h utility :ation of racting r written who has ;ed, for at ts indicated. [3-79 or: pipe joint ~urer's for V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 O5 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 Fe PART 3 - EXECUTION 3.01 ae Be De Se Fe Go Je 02720-3 percent s tested in ional cost to Inlets, headwalls, and castings: Provide as detailed. Backfill material: 1. As shown on plans. 2. Moisture content at time of placement: plus/minus of optimum moisture content, accord with ASTM D698. a. Wet dry material, as required. b. Dry wet material, as required or: c. Furnish off site material at no addi Owner. Concrete: Class "A", air entrained. Reinforcement: ASTM A615-82, Grade 60. EXCAVATION, BACKFILL AND COMPACTION Excavate trenches by open cut method to dept] plans and necessary to accommodate the work. Keep trenches free of water. Form bell holes in trench so only barrel of p supported by shaped subgrade. Compact backfill under and around pipe up to mm) above top of pipe in lifts not exceeding loose thickness. Compact evenly on both sides of pipe or box t~ top of excavation or to a depth such that pipe or box will not be injured by subsequent compaction used to achieve required density. Backfill and compact remainder of trench in 8 lifts to specified density. Exercise care in backfilling operations to ay ,id displacing pipe or box joints either horizont .lly or vertically and to avoid breaking'pipe. Do not water flush for consolidation. Compact all trench backfill in areas under pa parking areas, sidewalks and other structures of 95 percent maximum density. In locations where trench is not under paving or structures compact to minimum of 90 Percent s~ecified United States Post Office - North Texas G.M.F. V.M.F. indicated on ipe is firmly 24 IN (600 8 IN (200 mm) IN (200 mm) ~ed roads, · to minimum 01 O2 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02720-4 L. 3.02 A. B. C. D. E. F. G. H. 3.03 A. 3.04 A. B. C. D. density. Remove materials which cannot be compacted as Replace with suitable material and compact. INSTALLATION OF PIPE AND BOX Lay on uniform grades between inverts. Locate structures as indicated and construct them. Lay pipe or box upgrade beginning at lower en Provide proper facilities for lowering pipe o trench. Do not lay pipe or box in water. Do not lay pipe or box when trench conditions is unsuitable for such work. Remove all sections of pipe or box already pl to be out of alignment, defective or damaged. Relay or replace without additional cost to C Officer. Bedding: Lay pipe or box directly on shaped 1. No blocking permitted. 2. Form a continuous bearing with a minimum bearing equal to six tenths (0.6) of outs of pipe, for full length of pipe, except excavated for joint. DRAINAGE STRUCTURES Concrete work: Conform to applicable requirem referenced specifications. Form, size, and b finished structures conform to details indica FIELD QUALITY CONTROL Check each line with a light. Each line show a good light circle throughout Test lines for leakage and infiltration. Should these tests show line to be defective, defective portions and replace. United States Post Office - North Texas G.M.F. specified. lines between box into or weather aced found Dntracting ~ubgrade. ~idth of [de diameter for portion ~nts of race so ted. its length. remove V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 3.05 A. B. Retest. MAINTENANCE Maintain storm drainage systems by removing sedimentation. At end of construction, drainage systems are and free of any obstructions. END OF SECTION 02720-5 to be clean 01 02 03 04 05 06 07 08 09 10 11 United States Post Office - North Texas G.M.F. V.M.F. 01 O2 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5O 51 52 6K26, 7G28 SECTION 02732 SANITARY SEWERS PART 1 - GENERAL 1.01 DESCRIPTION General: 1. Furnish all labor, materials, tools, equil services for all sanitary sewers as indic~ accord with provisions of Contract Docume] 2. Completely coordinate with work of all ot] 3. Although such work is not specifically in¢ furnish and install all supplementary or items, appurtenances and devices incident~ necessary for a sound, secure and complet~ installation. 4. See Division 1 for General Requirements. B® Related work specified elsewhere: 1. Site excavation and rough grading: Secti¢ 2. Trenching, backfilling and compacting for Section 02221. C. Ail excavation is unclassified. Definitions: 1. Unclassified excavation: materials. Excavate and gr~ 1.02 QUALITY ASSURANCE Sanitary sewer systems standards: Standard Sp( for Public Works Construction, North Central Council of Governments, as amended to date. Should conflicts arise between standard speci government agencies mentioned herein and Cont Documents, the more stringent shall govern. C. Where a particular type of material or method specified, no other material or method will b~ D. Compaction density test: Standard Proctor AS~ Contractor hire an by Contracting Officer) to conduct in place mc density tests. 1.03 JOB CONDITIONS 02732-1 )ment, and ~ted, in Its. ~er trades. licated, liscellaneous ~1 to or n 02210. utilities: de all cifications !exas !ications of 'act is permitted. M D698. ~isture and 01 O2 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 48 49 50 51 01 02 03 04 O5 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02732-2 C. D. E. F. utilities. Protect existing structures and utilities fro] Repair if damaged by this work. Lengths indicated on drawings are for informa Furnish lengths as required. Perform no pipe work in fill areas until embal fill has been completed to at least 2 FT (600 top of pipe and has been properly compacted. Verification of existing utilities and struct~ 1. Plans indicate existing utilities indicate survey. 2. Verify accuracy, location and depth of eat prior to trenching or tunneling. 3. If pipe adjustment is necessary due to lo4 other utilities, secure approval from Cont Officer. Revisions to Contract Drawings. 1. If it becomes necessary to change locatiol sanitary sewer lines due to building cons secure prior written approval from Contra~ Officer. 2. If Contractor initiated, make approved ch~ added cost to Contracting Officer. Do not change pipe sizes without securing pri( approval from Contracting Officer. 1.04 SUBMITTALS ae Project information: 1o Test reports for low pressure air test. PART 2 - PRODUCTS 2.01 MATERIALS PVC sewer pipe and fittings: ASTM D3034, SDR- 1. Joint material: ASTM D2321. Bo Precast concrete pipe manhole: ASTM C-478. 1. Minimum barrel thickness: 5 IN (125 mm). 2. Minimum concrete strength: 4,000 PSI. 3. Top 12 to 18 IN (300 to 450 mm) shall pro% adjustment to grade. damage. ion only. ~kment or mm) above ires. ~d on site :h utility :ation of racting of ruction, :ting ~nges without written .35. ride for 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4O 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. V.M.F. 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 Ce De Manhole covers: 1. Best quality gray iron, tough and even ASTM A48, Class 30. 2. Minimum tensile strength: 18,000 PSI. 3. Provide as shown on plans. Cleanout covers: Similar to manhole covers Manhole steps: Non-skid plastic or rubber c Manhole joint material (resilient): ASTM C4 PART 3 - EXECUTION 3.01 PIPE INSTALLATION A. Install per ASTM D2321. 3.02 JOINTING A. Per manufacturers instructions. 3.03 MANHOLES ae Build each manhole to dimensions indicated ar elevation that pipe sections built into wall are true extensions of line of pipe. B. Place manhole steps in manhole at intervals Inside manholes, bed half pipe in concrete through manhole. 1. Carry concrete out to wall with minimum (50 mm) toward top of half pipe. 2. Accurately joint half pipes to sections manhole walls. D. Set all manhole covers carefully to grade. 3.04 CLEANOUT STRUCTURES Construct cleanout risers of 6 IN (150 mm) pi angle on undisturbed natural ground. Tamp backfill around and above pipe in layers exceeding 3 IN (75 mm) depth so that no settl C. Lay base of cleanout in Class B concrete bric D. Construct cleanouts where indicated. 3.05 VERTICAL RISERS 02732-3 grain: · see plans. ~ated steel. 5-77. ~ at such of manhole ndicated. r flow line lope of 2 IN built into laid on not ment occurs. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 United States Post Office - North Texas G.M.F. V.M.F. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 02732-4 3°06 A. B. A. 6 IN (150 mm) vertical riser embedded in side with 45 degree bend and 6 IN (150 mm) riser p stopper. FIELD QUALITY CONTROL Perform all tests and inspection before backf Permit Contracting Officer to check each pipe grade and workmanship. C. Check each line with a light; line shall show light circle throughout its length. D. Perform low pressure air test according to pr. in referenced "Standard Specifications", para. 1.02 A, this section. END OF SECTION of trench, ipe with lling. for line, a good )cedures raph 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 United States Post Office - North Texas G.M.F. V.M.F.