Section 1 - The Schedule SF 1449 cover sheet ,

TABLE OF CONTENTS
Section 1 - The Schedule








SF 1449 cover sheet
Continuation To SF-1449, RFQ Number S-EC300-14-Q-0015, Prices, Block 23
Continuation To SF-1449, RFQ Number S-EC300-14-Q-0015, Schedule Of
Supplies/Services, Block 20 Description/Specifications/Work Statement
Attachment 1 to Description/Specifications/Performance Work Statement, Location
Plan of the Platforms
Attachment 2 to Description/Specifications/Performance Work Statement, Mail Unit
Attachment 3 to Description/Specifications/Performance Work Statement, Exterior
Platform Slab Edge
Attachment 4 to Description/Specifications/Performance Work Statement, Twist
Lock Detail Plan
Attachment 5 to Description/Specifications/Performance Work Statement, General
Specifications
Section 2 - Contract Clauses


Contract Clauses
Addendum to Contract Clauses - FAR and DOSAR Clauses not Prescribed in Part 12
Section 3 - Solicitation Provisions


Solicitation Provisions
Addendum to Solicitation Provisions - FAR and DOSAR Provisions not Prescribed in
Part 12
Section 4 - Evaluation Factors


Evaluation Factors
Addendum to Evaluation Factors - FAR and DOSAR Provisions not Prescribed in
Part 12
Section 5 - Representations and Certifications


Offeror Representations and Certifications
Addendum to Offeror Representations and Certifications - FAR and DOSAR
Provisions not Prescribed in Part 12
2
SECTION 1 - THE SCHEDULE
CONTINUATION TO SF-1449
RFQ NUMBER S-EC300-14-Q-0015
PRICES, BLOCK 23
I.
PERFORMANCE WORK STATEMENT
The purpose of this firm fixed price purchase order is to for the construction of the two concrete
platforms as specified in the Scope of Work, item 2.0, including furnishing all labor, materials,
equipment and services, for the U.S. Consulate General Guayaquil. The price listed below shall
include all labor, materials, insurance (see FAR 52.228-4 and 52.228-5), overhead, and profit.
The Government will pay the Contractor the fixed price for the service provided.
The term period of this contract is 30 days from the start date in the Notice to Proceed after a
signed contract has been executed.
II. PRICING
Standard Services.
DESCRIPTION
The firm fixed price of the contract is:
TOTAL SQUARE
METERS
PRICE PER SQM
TOTAL
Pad for waste
receptacle bins
Pad for mail container
12% VAT
TOTAL
III. VALUE ADDED TAX
VALUE ADDED TAX. Value Added Tax (VAT) is not included in the price. Instead, it will be
priced as a separate Line Item in the contract and on Invoices. The amount of VAT to be
charged is 12%. Local law dictates the portion of the contract price that is subject to VAT; this
percentage is multiplied only against that portion. It is reflected for each performance period.
Full VAT amount is charged on all aspects of the contract.
3
CONTINUATION TO SF-1449,
RFQ NUMBER S-EC300-14-Q-0015
SCHEDULE OF SUPPLIES/SERVICES, BLOCK 20
DESCRIPTION/SPECIFICATIONS/WORK STATEMENT
1.0
SCOPE OF WORK
The American General Consulate in Guayaquil requires the Contractor to build two new
concrete platforms. The first one to locate two waste receptacle bins at the end of the employee
parking lot, east of the lot and the second to locate a 20’ by 8’ container next to the Pump and
Transformer Room on the northwest compound area. The Contractor shall provide all necessary
managerial, administrative and direct labor personnel, and as well as all necessary transportation,
equipment, tools, supplies and materials required to perform the above mention platforms in
accordance with the annex specifications and drawings. The Contractor is responsible for
acquiring all associated permits to perform this project. Under this contract the Contractor shall
provide and install:













For both platforms:
Remove ground cover and topsoil, about 35cm
Remove excess spoils material off-site
Place selected sub-base drainage fill material compacted at 95% density in
accordance with ASTM D-698; maintain a tolerance for plus 2% and minus 3% of
the optimum moisture at maximum density.
Provide and install vapor retarder over minimum 150mm compacted drainage fill
material
Provide and install formworks for concrete slab
Provide and install steel rebar # 3 reinforcement within concrete slab (refer to
attachment # 3 platform slab detail)
Provide and install two concrete slabs with appropriate end footings to support weight
of containers (refer to attachment # 3 platform slab edge detail and attachment # 1 for
each designated location)
Ensure slope and grade for each concrete pad provide for sufficient storm run-off to
existing drainage basins.
Contractor to provide the Facility Manager a sequence for construction schedule
Contractor must provide a risk analysis and planned safety measures for project work
areas to mitigate associated risks.
For the Mail Screening Container only:
Remove existing (abandoned) light pole and concrete base; remove all associated
electrical conduit / wiring and cap in place at the source panel.
Provide and install twist lock devices at the four corners of the concrete slab
(reference Attachment # 4 - twist lock detail).
Provide required cable and conductors for the feeder to the container main panel from
the Pump and Transformer Room
4


2.0
New domestic water line from the utility pump room into the container
Contractor responsible for verifying all connections and existing sub-surface utility
lines prior to excavation / installation for the concrete pads. All construction is to be
coordinated with the Facility Management Office prior to start of each installation.
HOURS OF PERFORMANCE
The Contractor shall schedule all work during normal building hours which are defined
as 8:00 to 17:00; Monday to Friday, excluding local and bank holidays, unless approved in
advance by the Contracting Officer's Representative (COR).
3.0
ACCESS TO GOVERNMENT BUILDINGS AND STANDARDS OF CONDUCT
3.1
General. The Contractor shall designate a representative who shall supervise the
Contractor's work and be the Contractor's liaison with the American General Consulate. The
Contractor's employees shall be on-site only for contractual duties and not for any other business
or purposes. Contractor employees shall have access only to the parking lot area, either with or
without security escorts, only with specific permission by either the Contracting Officer or the
COR.
3.2
Personnel security. The Government reserves the right to deny access to U.S owned and
U.S.-operated facilities to any individual. The Contractor shall provide the names, biographic
data and police clearance on all Contractor personnel who shall be used on this contract prior to
their utilization. The Government shall issue identity cards to approved Contractor personnel,
each of whom shall display his/her card(s) on the uniform at all times while on Government
property. These identity cards are the property of the U.S. Government. The Contractor shall
return all identity cards when the contract is completed, when a Contractor’s employee leaves
this contract, or at the request of the Government.
3.3
Standards of conduct
3.3.1 General. The Contractor shall maintain satisfactory standards of employee competency,
conduct, cleanliness, appearance and integrity and shall be responsible for taking such
disciplinary action with respect to employees as may be necessary. Each Contractor employee
shall adhere to standards of conduct that reflect credit on themselves, their employer, and the
United States Government. The Government reserves the right to direct the Contractor to
remove an employee from the worksite for failure to comply with the standards of conduct. The
Contractor shall immediately replace such an employee to maintain continuity of services at no
additional cost to the Government.
3.3.2 Uniforms and Personal Equipment. The Contractor's employees shall wear clean, neat
and complete uniforms when on duty. All employees shall wear uniforms approved by the
Contracting Officer's Representative (COR). The Contractor shall provide, to each employee
and supervisor, uniforms with the company logo, and personal equipment. The Contractor shall
be responsible for the cost of purchasing, cleaning, pressing, and repair of the uniforms.
5
3.3.3 Neglect of duties shall not be condoned. This includes sleeping while on duty,
unreasonable delays or failures to carry out assigned tasks, conducting personal affairs during
duty hours and refusing to render assistance or cooperate in upholding the integrity of the
worksite security.
3.3.4 The Contractor shall not condone disorderly conduct, use of abusive or offensive
language, quarreling, and intimidation by words, actions, or fighting. Also included is
participation in disruptive activities that interfere with normal and efficient Government
operations.
3.3.5 Intoxicants and Narcotics. The Contractor shall not allow its employees while on duty to
possess, sell, consume, or be under the influence of intoxicants, drugs or substances which
produce similar effects.
3.3.6 Criminal Actions. Contractor employees may be subject to criminal actions as allowed
by law in certain circumstances. These circumstances include but are not limited to the
following actions: falsification or unlawful concealment, removal, mutilation, or destruction of
any official documents or records or concealment of material facts by willful omission from
official documents or records; unauthorized use of Government property, theft, vandalism, or
immoral conduct; unethical or improper use of official authority or credentials; security
violations; organizing or participating in gambling in any form; and misuse of weapons.
4.0
WORK REQUIREMENTS
4.1
General. The Contractor shall provide full service to build the concrete platforms
mentioned before. The platforms need to comply with the specifications and drawings identified
on Attachment 1, 2, 3, 4, and 5 followed to this scope of work.
4.2
Summary of Services
This is a CONSTRUCTION CONTRACT that has to be performed within accordance to
the plans and specifications, and a set time limit.
Contractor shall perform all of the following services:

Clean the area of proposed work

Establish safety controls and pedestrian traffic measures in construction areas

Removed ground cover and topsoil, about 35cm

Provide new Sub-Base material and compacted

Prepare and install Formworks

Provide steel welded wired reinforcement

Pour Concrete slab, concrete test tube samples need to be taken for strength testing

Final cleaning of the area of work
When the container is set on the second platform the following work needs to be done:

Bring the required cable to feed the panel main electrical panel in the container.
6




Provide a new domestic water line from the main warehouse building to the
container.
Provide a new wasteline from the container to the main warehouse building, make
the appropriate connections.
Provide a new telephone line to the container. Line need to be connected to a 4”
conduit located on the interior compound road, and pull all the way to the NAB
building (Main Compound Building)
Install provided HVAC unit (12,000 BTU Air- Conditioning Unit), connect power
cabling and thermostat wiring at the container’s designated location.
If there are any discrepancies between drawings, specifications or field conditions, the
Contractor must communicate in writing to the Contracting Officer (CO), so he can provide the
correct answer and/or approve any changes.
5.0
INSURANCE REQUIREMENTS
5.1 Personal Injury, Property Loss or Damage (Liability). The Contractor assumes absolute
responsibility and liability for any and all personal injuries or death and property damage or
losses suffered due to negligence of the Contractor's personnel in the performance of this
contract
The Contractor's assumption of absolute liability is independent of any insurance policies.
5.2 Insurance. The Contractor, at its own expense, shall provide and maintain during the entire
period of performance of this contract, whatever insurance is legally necessary. The Contractor
shall carry the following minimum insurance:
Comprehensive General Liability
Bodily Injury
Property Damage
* per occurrence - As per Ecuadorian Social
Security
* per occurrence - $200.00
Accumulative $500,000.00
Workers’ Compensation and Employer’s Liability
Workers’ Compensation and Occupational Disease
* per occurrence - As per Ecuadorian Social
Security Statutory, as required by host country law
Employer’s Liability
* per occurrence - As per Ecuadorian Social
Security
5.3 Worker's Compensation Insurance. The Contractor agrees to provide all employees with
worker's compensation benefits as required by the laws of either the country in which the
7
employees are working or the employee's native country, whichever offers greater benefits,
following FAR 52.228-4 “Worker’s Compensation and War-Hazard Insurance Overseas”.
6.0
PERMITS
The Contractor shall maintain in full force and effect all permits, licenses, and appointments
required for the prosecution of work under this contract at no additional cost to the Government.
The Contractor shall obtain these permits, licenses, and appointments in compliance with host
country laws. Copies of each must be provided to the Contracting Officer for record.
7.0
LOCAL LAW REGISTRATION
If the local law or decree requires that one or both parties to the contract register the contract
with the designated authorities to insure compliance with this law or decree, the entire burden of
this registration shall rest upon the Contractor. Any local or other taxes which may be assessed
against the contract shall be payable by the Contractor without Government reimbursement.
8.0
GOVERNMENT FURNISHED PROPERTY/EQUIPMENT
Reserved.
9.0
QUALITY ASSURANCE AND SURVEILLANCE PLAN (QASP).
9.1 Plan. This plan provides an effective method to promote satisfactory contractor
performance. The QASP provides a method for the Contracting Officer's Representative (COR)
to monitor Contractor performance, advise the Contractor of unsatisfactory performance, and
notify the Contracting Officer of continued unsatisfactory performance. The Contractor, not the
Government, is responsible for management and quality control to meet the terms of the
contract. The role of the Government is to monitor quality to ensure that contract standards are
achieved.
Performance Objective
Scope of Work Para
Services.
Performs all construction services 1. thru 8.
set forth in the scope of work.
Performance Threshold
All required services are
performed and no more than one
(1) customer complaint is
received during performance of
services required.
9.2 Surveillance. The COR will receive and document all complaints from Government
personnel regarding the services provided. If appropriate, the COR will send the complaints to
the Contractor for corrective action.
8
9.3. Standard. The performance standard is that the Government receives no more than one (1)
customer complaint per month. The COR shall notify the Contracting Officer of the complaints
so that the Contracting Officer may take appropriate action to enforce the inspection clause
(FAR 52.212.4, Contract Terms and Conditions-Commercial Items (May 2001), if any of the
services exceed the standard.
9.4.
PROCEDURES.
(a)
If any Government personnel observe unacceptable services, either
incomplete work or required services not being performed they should immediately
contact the COR.
(b)
The COR will complete appropriate documentation to record the
complaint.
(c)
If the COR determines the complaint is invalid, the COR will advise the
complainant. The COR will retain the annotated copy of the written complaint for his/her
files.
(d)
If the COR determines the complaint is valid, the COR will inform the
Contractor and give the Contractor additional time to correct the defect, if additional time
is available. The COR shall determine how much time is reasonable.
(e)
The COR shall, as a minimum, orally notify the Contractor of any valid
complaints.
(f)
If the Contractor disagrees with the complaint after investigation of the
site and challenges the validity of the complaint, the Contractor will notify the COR. The
COR will review the matter to determine the validity of the complaint.
(g)
The COR will consider complaints as resolved unless notified otherwise
by the complainant.
(h)
Repeat customer complaints are not permitted for any services. If a repeat
customer complaint is received for the same deficiency during the service period, the
COR will contact the Contracting Officer for appropriate action under the Inspection
clause.
9
ATTACHMENT 1
Location Plan of the Platforms:
1. Trash containers
2. Mail unit
1
2
10
ATTACHMENT 2 - MAIL UNIT
2.1 Sectional Plan layout
2.2 Elevations
2.3 Electrical layout
2.4 External pipe fitting detail
11
12
13
14
15
ATTACHMENT 3 – EXTERIOR PLATFORM SLAB EDGE
16
ATTACHMENT 4 – TWIST LOCK DETAIL PLAN
17
ATTACHMENT 5
GENERAL SPECIFICATIONS
SECTION 02230 - SITE CLEARING
PART 1 – GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Removing existing trees, shrubs, groundcovers, plants, and grass.
2. Clearing and grubbing.
3. Stripping and stockpiling topsoil.
4. Removing above- and below-grade site improvements.
5. Disconnecting, capping or sealing, and abandoning site utilities in place and
removing site utilities.
6. Temporary erosion and sedimentation control measures.
B. Related Sections include the following:
1. Division 2 Section "Earthwork" for soil materials, excavating, backfilling, and site
grading.
1.3 DEFINITIONS
A. Topsoil: Natural or cultivated surface-soil layer containing organic matter and sand, silt,
and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than
underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more
than 50 mm in diameter; and free of subsoil and weeds, roots, toxic materials, or other
nonsoil materials.
B. Tree Protection Zone: Area surrounding individual trees or groups of trees to be protected
during construction, and defined by the drip line of individual trees or the perimeter drip line
of groups of trees, unless otherwise indicated.
1.4 MATERIAL OWNERSHIP
A. Except for stripped topsoil or other materials indicated to remain Owner's property,
cleared materials shall become Contractor's property and shall be removed from Project site.
18
1.5 SUBMITTALS
A. Photographs or videotape, sufficiently detailed, of existing conditions of trees and
plantings, adjoining construction, and site improvements that might be misconstrued as
damage caused by site clearing.
B. Record drawings, according to Division 1 Section "Project Record Documents,"
identifying and accurately locating capped utilities and other subsurface structural, electrical,
and mechanical conditions.
1.6 PROJECT CONDITIONS
A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent
occupied or used facilities during site-clearing operations.
1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities
without permission from Owner and authorities having jurisdiction.
2. Provide alternate routes around closed or obstructed traffic ways if required by
authorities having jurisdiction.
B. Improvements on Adjoining Property: Authority for performing site clearing indicated on
property adjoining Owner's property will be obtained by Owner before award of Contract.
C. Utility Locator Service: Notify utility locator service for area where Project is located
before site clearing.
D. Do not commence site clearing operations until temporary erosion and sedimentation
control measures are in place.
PART 2 - PRODUCTS
2.1 SOIL MATERIALS
A. Satisfactory Soil Materials: Requirements for satisfactory soil materials are specified in
Division 2 Section "Earthwork."
1. Obtain approved borrow soil materials off-site when satisfactory soil materials are
not available on-site.
PART 3 - EXECUTION
3.1 PREPARATION
A. Protect and maintain benchmarks and survey control points from disturbance during
construction.
B. Locate and clearly flag trees and vegetation to remain or to be relocated.
19
C. Protect existing site improvements to remain from damage during construction.
3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL
A. Provide temporary erosion and sedimentation control measures to prevent soil erosion and
discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways,
according to sediment and erosion control Drawings.
B. Inspect, repair, and maintain erosion and sedimentation control measures during
construction until permanent vegetation has been established.
C. Remove erosion and sedimentation controls and restore and stabilize areas disturbed
during removal.
3.3 UTILITIES
A. Owner will arrange for disconnecting and sealing indicated utilities that serve existing
structures before site clearing, when requested by Contractor.
1. Verify that utilities have been disconnected and capped before proceeding with site
clearing.
B. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed.
1. Arrange with utility companies to shut off indicated utilities.
2. Owner will arrange to shut off indicated utilities when requested by Contractor.
C. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others
unless permitted under the following conditions and then only after arranging to provide
temporary utility services according to requirements indicated:
D. Excavate for and remove underground utilities indicated to be removed.
E. Removal of underground utilities is included in Division 2 Sections covering site utilities.
3.4 CLEARING AND GRUBBING
A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of
new construction.
1. Grind stumps and remove roots, obstructions, and debris extending to a depth of 450
mm below exposed sub-grade.
2. Chip removed tree branches and dispose of off-site.
B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material
unless further excavation or earthwork is indicated.
1. Place fill material in horizontal layers not exceeding a loose depth of 200 mm, and
compact each layer to a density equal to adjacent original ground.
20
3.5 TOPSOIL STRIPPING
A. Remove sod and grass before stripping topsoil.
B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling
with underlying subsoil or other waste materials.
1. Remove subsoil and non-soil materials from topsoil, including trash, debris, weeds,
roots, and other waste materials.
C. Stockpile topsoil materials away from edge of excavations without intermixing with
subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown
dust.
1. Limit height of topsoil stockpiles to 1800 mm.
2. Do not stockpile topsoil within tree protection zones.
3. Dispose of excess topsoil as specified for waste material disposal.
4. Stockpile surplus topsoil to allow for re-spreading deeper topsoil.
3.6 SITE IMPROVEMENTS
A. Remove existing above- and below-grade improvements as indicated and as necessary to
facilitate new construction.
B. Remove slabs, paving, curbs, gutters, and aggregate base as indicated.
1. Unless existing full-depth joints coincide with line of demolition, neatly saw-cut
length of existing pavement to remain before removing existing pavement. Saw-cut
faces vertically.
2. Paint cut ends of steel reinforcement in concrete to remain to prevent corrosion.
3.7 DISPOSAL
A. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished
materials, and waste materials including trash and debris, and legally dispose of them off
Owner's property.
END OF SECTION 02230
21
SECTION 02300 - EARTHWORK
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Preparing sub-grades for slabs-on-grade, walks, pavements, lawns and grasses.
2. Excavating and backfilling for buildings and structures.
3. Drainage course for slabs-on-grade.
4. Sub-base course and base course for concrete walks and pavements.
5. Subsurface drainage backfill for walls and trenches.
6. Excavating and backfilling for utility trenches.
7. Excavating and backfilling trenches for buried mechanical and electrical utilities and
pits for buried utility structures.
B. Related Sections include the following:
1. Division 1 Section "Construction Progress Documentation" for recording preexcavation and earthwork progress.
2. Division 2 Section "Site Clearing" for temporary erosion and sedimentation control
measures, site stripping, grubbing, stripping topsoil, and removal of above- and
below grade improvements and utilities.
3. Division 3 Section "Cast-in-Place Concrete" for granular course if placed over vapor
retarder and beneath the slab-on-grade.
1.3 DEFINITIONS
A. Backfill: Soil material or controlled low-strength material used to fill an excavation.
1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches
to support sides of pipe.
2. Final Backfill: Backfill placed over initial backfill to fill a trench.
B. Base Course: Course placed between the sub-grade and hot-mix asphalt or concrete
paving.
C. Bedding Course: Course placed over the excavated sub-grade in a trench before laying
pipe.
D. Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill.
22
E. Drainage Course: Course supporting the slab-on-grade that also minimizes upward
capillary flow of pore water.
F. Excavation: Removal of material encountered above sub-grade elevations and to lines and
dimensions indicated.
G. Fill: Soil materials used to raise existing grades.
H. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and
boulders of rock material 0.57 cu. m or more in volume that exceed a standard penetration
resistance of 100 blows/50 mm when tested by an independent geotechnical testing agency,
according to ASTM D 1586.
I. Lean Concrete: Concrete mixture placed in foundation undercuts to return excavation to
foundation sub-grade. This mixture shall have a design strength of at least 7 MPa (1,000 psi)
as measured at 28 days.
J. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs,
mechanical and electrical appurtenances, or other man-made stationary features constructed
above or below the ground surface.
K. Sub-base Course: Course placed between the sub-grade and base course for hot-mix
asphalt pavement, or course placed between the sub-grade and a cement concrete pavement
or a cement concrete or hot-mix asphalt walk.
L. Sub-grade: Surface or elevation remaining after completing excavation, or top surface of a
fill or backfill immediately below sub-base, drainage fill, or topsoil materials.
M. Utilities: On-site underground pipes, conduits, ducts, and cables, as well as underground
services within buildings.
1.4 SUBMITTALS
A. Product Data: For the following:
1. Each type of plastic warning tape.
2. Controlled low-strength material, including design mixture.
B. Material Test Reports: From a qualified testing agency indicating and interpreting test
results for compliance of the following with requirements indicated:
1. Classification according to ASTM D 2487 of each on-site and borrow soil material
proposed for fill and backfill.
2. Laboratory compaction curve according to ASTM D 698 for each on-site and borrow
soil material proposed for fill and backfill.
C. Blasting Plan: Blasting will not be allowed.
23
D. Construction Equipment Report: Provide list of the proposed construction equipment to
be used for placement and compaction of structural fill and backfill.
E. Pre-excavation Photographs or Videotape: Show existing conditions of adjoining
construction and site improvements, including finish surfaces, which might be misconstrued
as damage caused by earthwork operations. Submit before earthwork begins.
1.5 QUALITY ASSURANCE
A. Blasting: Will not be allowed.
B. Geotechnical Testing Agency Qualifications: An independent testing agency approved by
the Geotechnical and Structural Engineers of Record to conduct soil materials and rockdefinition testing
C. Pre-excavation Conference: Conduct conference at Project site to comply with
requirements in Division 1 Section "Project Management and Coordination."
1.6 PROJECT CONDITIONS
A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others
unless permitted in writing by Facility Manager and then only after arranging to provide
temporary utility services according to requirements indicated.
1. Notify Facility Manager not less than two days in advance of proposed utility
interruptions.
2. Do not proceed with utility interruptions without Facility Manager's written
permission.
3. Contact utility-locator service for area where Project is located before excavating.
B. Demolish and completely remove from site existing underground utilities indicated to be
removed. Coordinate with utility companies to shut off services if lines are active.
PART 2 - PRODUCTS
2.1 SOIL MATERIALS
A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not
available from excavations.
B. Satisfactory Soils: ASTM D 2487 Soil Classification Groups GC, SC, GW, GP, GM, SW,
SP, and SM, or a combination of these groups; free of rock or gravel larger than 75 mm in
any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter.
C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and
PT according to ASTM D 2487, or a combination of these groups.
24
1. Unsatisfactory soils also include satisfactory soils not maintained within 20 percent
of the optimum moisture content at time of compaction.
D. Sub-base Material: Naturally or artificially graded mixture of natural or crushed gravel,
crushed stone, and natural or crushed sand; ASTM D 2940 or equivalent; with at least 90
percent passing a 37.5-mm sieve and not more than 12 percent passing a 0.075-mm sieve.
E. Base Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed
stone, and natural or crushed sand; ASTM D 2940 or equivalent; with at least 95 percent
passing a 37.5-mm sieve and not more than 8 percent passing a 0.075-mm sieve.
F. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel,
crushed stone, and natural or crushed sand; ASTM D 2940 or equivalent; with at least 90
percent passing a 37.5-mm sieve and not more than 12 percent passing a 0.075-mm sieve.
G. Bedding Course: Naturally or artificially graded mixture of natural or crushed gravel,
crushed stone, and natural or crushed sand; ASTM D 2940 or equivalent; except with 100
percent passing a 25-mm sieve and not more than 8 percent passing a 0.075-mm sieve.
H. Drainage Course: Narrowly graded mixture of washed crushed stone, or crushed or
uncrushed gravel; ASTM D 448; coarse-aggregate grading Size 57; with 100 percent passing
a 37.5-mm sieve and 0 to 5 percent passing a 2.36-mm sieve.
I. Filter Material: Narrowly graded mixture of natural or crushed gravel, or crushed stone and
natural sand; ASTM D 448 or equivalent; coarse-aggregate grading Size 67 or equivalent;
with 100 percent passing a 25-mm sieve and 0 to 5 percent passing a 4.75-mm sieve.
J. Sand: ASTM C 33 or equivalent; fine aggregate, natural, or manufactured sand.
K. Impervious Fill: Clayey gravel and sand mixture capable of compacting to a dense state
with at least 30% of passing No. 200 sieve.
2.2 ACCESSORIES
A. Warning Tape: Acid- and alkali-resistant polyethylene film warning tape manufactured
for marking and identifying underground utilities, 150 mm wide and 0.1 mm thick,
continuously inscribed with a description of the utility; colored as follows:
B. Detectable Warning Tape: Acid- and alkali-resistant polyethylene film warning tape
manufactured for marking and identifying underground utilities, a minimum of 150 mm wide
and 0.1 mm thick, continuously inscribed with a description of the utility, with metallic core
encased in a protective jacket for corrosion protection, detectable by metal detector when
tape is buried up to 750 mm deep; colored as follows:
1. Red: Electric.
2. Yellow: Gas, oil, steam, and dangerous materials.
3. Orange: Telephone and other communications.
25
4. Blue: Water systems.
5. Green: Sewer systems.
PART 3 - EXECUTION
3.1 PREPARATION
A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused
by settlement, lateral movement, undermining, washout, and other hazards created by
earthwork operations.
B. Preparation of sub-grade for earthwork operations including removal of vegetation,
topsoil, debris, obstructions, and deleterious materials from ground surface is specified in
Division 2 Section "Site Clearing."
C. Protect and maintain erosion and sedimentation controls, which are specified in Division 2
Section "Site Clearing," during earthwork operations.
3.2 DEWATERING
A. Prevent surface water and ground water from entering excavations, from ponding on
prepared sub-grades, and from flooding Project site and surrounding area.
B. Protect sub-grades from softening, undermining, washout, and damage by rain or water
accumulation.
1. Reroute surface water runoff away from excavated areas. Do not allow water to
accumulate in excavations. Do not use excavated trenches as temporary drainage
ditches.
2. Install a dewatering system to keep excavations and sub-grades dry and convey
surface water and groundwater away from excavations. Maintain until dewatering is
no longer required.
Groundwater levels should be maintained at least 600 mm below excavated subgrades for foundations, floor slabs and pavements during construction.
3.3 EXCAVATION, GENERAL
A. Unclassified Excavation: Excavate to sub-grade elevations regardless of the character of
surface and subsurface conditions encountered. Unclassified excavated materials may
include soil materials, and obstructions. No changes in the Contract Sum or the Contract
Time will be authorized for rock excavation or removal of obstructions.
1. If excavated materials intended for fill and backfill include unsatisfactory soil
materials and replace with satisfactory soil materials.
2. Remove rock to lines and grades indicated to permit installation of permanent
construction without exceeding the following dimensions:
a. 150 mm outside of minimum required dimensions of concrete cast against
grade.
26
b. 150 mm beneath bottom of concrete slabs on grade.
c. 150 mm beneath pipe in trenches, and the greater of 600 mm wider than pipe
or 1065 mm wide.
3.4 EXCAVATION FOR WALKS AND PAVEMENTS
A. Excavate surfaces under walks and pavements to indicated lines, cross sections,
elevations, and sub-grades. Sub-grades shall be inspected for unsuitable soils, compacted
using a large vibratory roller, and proof-rolled.
3.5 EXCAVATION FOR UTILITY TRENCHES
A. Excavate trenches to indicated gradients, lines, depths, and elevations, in accordance with
OSHA safety regulations.
1. Beyond building perimeter, excavate trenches to allow installation of top of pipe
below the planned elevations.
B. Excavate trenches to uniform widths to provide the following clearance on each side of
pipe or conduit. Excavate trench walls vertically from trench bottom to 300 mm higher than
top of pipe or conduit, unless otherwise indicated. Excavations shall comply with OSHA
Safety requirements if access of personnel is required.
1. Clearance: 300 mm each side of pipe or conduit.
C. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and
support of pipes and conduit. Shape sub-grade to provide continuous support for bells, joints,
and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones
and sharp objects along trench sub-grade.
1. For pipes and conduit less than 150 mm in nominal diameter and flat-bottomed,
multiple-duct conduit units, hand-excavate trench bottoms and support pipe and
conduit on an undisturbed sub-grade.
2. For pipes and conduit 150 mm or larger in nominal diameter, shape bottom of trench
to support bottom 90 degrees of pipe circumference. Fill depressions with tamped
sand backfill.
3. Excavate trenches 150 mm deeper than elevation required in rock or other unyielding
bearing material to allow for bedding course.
D. Trench Bottoms: Excavate trenches 100 mm deeper than bottom of pipe elevation to allow
for bedding course. Hand excavate for bell of pipe.
1. Excavate trenches 150 mm deeper than elevation required in rock or other unyielding
bearing material to allow for bedding course.
3.6 SUBGRADE INSPECTION
A. Notify Facility Manager and/or Geotechnical Testing Agency when excavations have
reached required sub-grade.
27
B. If Geotechnical Testing Agency and/or Facility Manager determines that unsatisfactory
soil is present, continue excavation and replace with compacted backfill or fill material as
directed.
C. Proof-roll sub-grade below the building slabs and pavements with heavy pneumatic-tired
equipment to identify soft pockets and areas of excess yielding. Do not proof-roll wet or
saturated sub-grades.
1. Completely proof-roll sub-grade in one direction, repeating proof-rolling in direction
perpendicular to first direction. Limit vehicle speed to 5 km/h.
2. Proof-roll with a loaded 10-wheel, tandem-axle dump truck or equivalent weighing
not less than 13.6 ton. Perform a minimum of 3 passes in each direction.
3. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting,
as determined by Geotechnical Testing Agency and/or Facility Manager, and replace
with compacted backfill or fill as directed.
D. Reconstruct sub-grades damaged by rain, accumulated water, or construction activities, as
directed by Geotechnical Testing Agency and/or Facility Manager, without additional
compensation.
3.7 UNAUTHORIZED EXCAVATION
A. Fill unauthorized excavation under foundations or wall footings by extending bottom
elevation of concrete foundation or footing to excavation bottom, without altering top
elevation. Lean concrete or engineered fill, may be used when approved by Facility Manager.
1. Fill unauthorized excavations under other construction or utility pipe as directed by
Facility Manager.
3.8 STORAGE OF SOIL MATERIALS
A. Stockpile borrow soil materials and excavated satisfactory soil materials without
intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to protect from
rain and weather and to prevent windblown dust.
1. Stockpile soil materials away from edge of excavations. Do not store within drip line
of remaining trees.
3.9 BACKFILL
A. Place and compact backfill in excavations promptly, but not before completing the
following:
1. Construction below finish grade including, where applicable, sub-drainage, dampproofing, waterproofing, and perimeter insulation.
2. Surveying locations of underground utilities for Record Documents.
3. Testing and inspecting underground utilities.
4. Removing concrete formwork.
5. Removing trash and debris.
6. Removing temporary shoring and bracing, and sheeting.
28
B. Place backfill on approved sub-grades free of mud, disturbed soils, or deleterious
materials.
3.10 UTILITY TRENCH BACKFILL
A. Place backfill on approved sub-grades free of mud, disturbed soils, or deleterious
materials.
B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding
course to provide continuous support for bells, joints, and barrels of pipes and for joints,
fittings, and bodies of conduits.
C. Backfill trenches excavated under footings and within 450 mm of bottom of footings with
satisfactory soil; fill with concrete to elevation of bottom of footings. Concrete is specified in
Division 3 Section "Cast-in-Place Concrete"
D. Provide 100-mm- thick, concrete-base slab support for piping or conduit less than 750
mm below surface of roadways. After installing and testing, completely encase piping or
conduit in a minimum of 100 mm of concrete before backfilling or placing roadway subbase.
E. Place and compact initial backfill of sub-base material, free of particles larger than 25 mm
in any dimension, to a height of 300 mm over the utility pipe or conduit.
1. Carefully compact initial backfill under pipe haunches and compact evenly up on
both sides and along the full length of utility piping or conduit to avoid damage or
displacement of piping or conduit. Coordinate backfilling with utilities testing.
F. Backfill voids with satisfactory soil while installing and removing shoring and bracing.
G. Place and compact final backfill of satisfactory soil to final sub-grade elevation.
H. Install warning tape directly above utilities, 300 mm below finished grade, except 150 mm
below sub-grade under pavements and slabs.
3.11 SOIL FILL
A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so
fill material will bond with existing material.
B. Place and compact fill material in layers to required elevations as follows:
1. Under grass and planted areas, use satisfactory soil material.
2. Under walks and pavements, use satisfactory soil materials or engineered fill.
3. Under steps and ramps, use satisfactory materials or engineered fill.
4. Under building slabs, use engineered fill or satisfactory materials.
5. Under footings and foundations, use engineered fill or satisfactory materials.
29
C. Place soil fill on sub-grades free of mud, disturbed soils or deleterious materials.
3.12 SOIL MOISTURE CONTROL
A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before
compaction to within 20 percent of optimum moisture content.
1. Do not place backfill or fill soil material on surfaces that are muddy, disturbed soils,
or deleterious materials.
2. Remove and replace, or scarify and air dry otherwise satisfactory soil material that
exceeds optimum moisture content by 20 percent (i.e. Opt MC = 15%, acceptable
range is 12 to 18%) or is too wet or dry to compact to specified dry unit weight.
3.13 COMPACTION OF SOIL BACKFILLS AND FILLS
A. Place backfill and fill soil materials in layers not more than 200 mm in loose depth for
material compacted by heavy compaction equipment, and not more than 100 mm in loose
depth for material compacted by hand-operated tampers.
B. Place backfill and fill soil materials evenly on all sides of structures to required elevations,
and uniformly along the full length of each structure.
C. Compact soil materials to not less than the following percentages of maximum dry unit
weight according to ASTM D 69:
1. Under structures, building slabs, steps, and pavements, scarify and recompact top 300
mm of existing sub-grade and each layer of backfill or fill soil material at 95 percent.
2. Under walkways, scarify and re-compact top 150 mm below sub-grade and compact
each layer of backfill or fill soil material at 92 percent.
3. Under lawn or unpaved areas, scarify and re-compact top 150 mm below sub-grade
and compact each layer of backfill or fill soil material at 85 percent.
4. For utility trenches, compact each layer of initial and final backfill soil material at 5
percent.
5. For upper 150 mm of pavement and floor slab sub-grades, compact fill soils to 100
percent.
3.14 GRADING
A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes.
Comply with compaction requirements and grade to cross sections, lines, and elevations
indicated.
1. Provide a smooth transition between adjacent existing grades and new grades.
2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface
tolerances.
B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding.
Finish sub-grades to required elevations within the following tolerances:
1. Lawn or Unpaved Areas: Plus or minus 25 mm.
30
2. Walks: Plus or minus 25 mm.
3. Pavements: Plus or minus 13 mm.
C. Grading inside Building Lines: Finish sub-grade to a tolerance of 13 mm when tested with
a 3-m straightedge.
3.15 SUB-BASE AND BASE COURSES
A. Place sub-base and base course on sub-grades free of mud, disturbed soils or deleterious
materials.
B. On prepared sub-grade, place sub-base and base course under pavements and walks as
follows:
1. Shape sub-base and base course to required crown elevations and cross-slope grades.
2. Place sub-base and base course 150 mm or less in compacted thickness in a single
layer.
3. Place sub-base and base course that exceeds 150 mm in compacted thickness in layers
of equal thickness, with no compacted layer more than 150 mm thick or less than 75
mm thick.
4. Compact sub-base and base course at optimum moisture content to required grades,
lines, cross sections and thickness to not less than 95 percent of maximum dry unit
weight according to ASTM D 698.
3.16 FIELD QUALITY CONTROL
A. Independent Testing Agency: The D/B Contractor will engage a qualified independent
geotechnical engineering testing agency to perform field quality-control testing.
The independent testing agency will report to the Facility Manager.
B. Allow independent testing agency to inspect and test sub-grades and each fill or backfill
layer. Proceed with subsequent earthwork only after test results for previously completed
work comply with requirements.
C. Independent testing agency will test compaction of soils in place according to ASTM D
1556, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the
following locations and frequencies:
1. Trench Backfill: At each compacted initial and final backfill layer, at least 1 test for
each 46 m or less of trench length, but no fewer than 2 tests.
D. When independent testing agency reports that sub-grades, fills, or backfills have not
achieved degree of compaction specified, scarify and moisten or aerate, or remove and
replace soil to depth required; re-compact and retest until specified compaction is obtained.
31
3.17 PROTECTION
A. Protecting Graded Areas: Protect newly graded areas from traffic and erosion. Keep free
of trash and debris.
B. Repair and re-establish grades to specified tolerances where completed or partially
completed surfaces become eroded, rutted, settled, or where they lose compaction due to
subsequent construction operations or weather conditions.
1. Scarify or remove and replace soil material to depth as directed by Facility Manager;
reshape and re-compact.
C. Where settling occurs before Project correction period elapses, remove finished surfacing,
backfill with additional soil material, compact, and reconstruct surfacing.
1. Restore appearance, quality, and condition of finished surfacing to match adjacent
work, and eliminate evidence of restoration to greatest extent possible.
3.20 DISPOSAL OF SURPLUS AND WASTE MATERIALS
A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory
soil, trash, and debris, and legally dispose of it off Owner's property or as directed by Facility
Manager.
END OF SECTION 02300
32
SECTION 03300 - CAST-IN-PLACE CONCRETE
PART 1 - GENERAL
1.1 SUMMARY
A. This Section specifies cast-in-place concrete for all building types and sitework. Work
includes formwork, reinforcement, concrete materials, mixture design, placement procedures,
and finishes.
B. Cast-in-place concrete includes the following:
1. Footings and Foundations.
2. Foundation walls.
3. Slabs-on-grade.
4. Suspended slabs.
5. Concrete toppings.
6. Building frame members.
7. Building walls.
8. Equipment pads and bases.
9. Site perimeter walls, concrete filled bollards, and site structures.
10. Topping slabs
11. Site perimeter wall foundations
1.2 DEFINITIONS
A. Cementitious Materials: Portland cement alone or in combination with one of blended
hydraulic cement, fly ash and other pozzolans, ground granulated blast-furnace slag, or silica
fume; subject to compliance with requirements.
1.3 SUBMITTALS
A. General: Submit the following according to Conditions of the Contract and Division 1
Specification Sections.
B. Product Data: For each type of manufactured material and product indicated.
C. Design Mixtures: For each concrete mixture. Include alternate mixtures designs when
characteristics of materials, project conditions, weather, test results, or other circumstances
warrant adjustments.
1. Indicate amounts of mix water to be withheld for later addition at Project site.
2. Note: The concrete strength values used noted in this specification is based on testing
using cylinder samples. If cube samples are used for testing the concrete strength,
adjustments shall be made to ensure that the equivalent cylinder strengths for the mix
designs provided are equal to or greater than the specified values.
33
D. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending,
and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing,
bent bar diagrams, bar arrangement, splices and laps, mechanical connections, tie spacing,
hoop spacing, and supports for concrete reinforcement.
E. Formwork Shop Drawings: Prepared, signed and sealed by a professional engineer
indicating fabrication and erection of forms of specific finished concrete surfaces. Show form
construction including jointing, special form joints or reveals, location and pattern of form tie
placement, and other items that affect exposed concrete visually. Show locations and detail
construction joints for concrete work.
1. Review is for general applications and features only. Designing formwork sequence
for structural stability and efficiency.
F. Welding Certificates: Copies of certificates for welding procedures and personnel.
G. Material Test Reports: For the following, from a qualified testing agency, indicating
compliance with requirements:
1. Aggregates. Include test reports for gradation, physical properties, presence of clay
lumps in coarse and fine aggregates (ASTM C 142), and presence of organic
impurities in fine aggregates (ASTM C 40). Include service record data indicating
absence of deleterious expansion of concrete due to alkali aggregate reactivity.
H. Steel Reinforcement. Approval by OBO is required for use of reinforcing steel other than
meeting the full requirements of ASTM A 615/A 615M or A 706/A 706M (including bar
sizes). All aspects of a proposed variance/substitution shall be evaluated by an independent
testing laboratory and the design engineers of record. Testing of actual reinforcing steel shall
be done by a facility familiar with testing reinforcing steel to ASTM requirements and
approved by Facility Manager. The complete evaluation shall be submitted to Facility
Manager for approval and shall include the following items/test data:
1. Name of manufacturer
2. Location of manufacturer
3. Bar dimensions
4. Permissible variation in weights
5. Deformations
6. Tensile strength
7. Minimum yield strength
8. Maximum yield strength
9. Minimum ratio of tensile strength to actual yield strength
10.
Specified yield strength to actual yield strength comparison
11.
Elongation requirements
12.
Bend requirements
13.
Bar markings
14.
Chemical composition
15.
An actual sample copy of the mill’s tag which separates and identifies the
manufacturer’s heat and testing identification numbers and an explanation of the
elements on the mill tag.
34
I. Material Certificates: Signed by manufacturers certifying that each of the following items
complies with requirements, including where applicable, compatibility with other subsequent
materials and finishes:
1. Cementitious materials.
2. Admixtures.
3. Form materials and form-release agents.
4. Steel reinforcement and accessories.
5. Fiber reinforcement.
6. Waterstops.
7. Curing and sealing compounds.
8. Floor and slab treatments.
9. Bonding agents.
10.
Adhesives.
11.
Vapor retarders.
12.
Semi-rigid joint filler.
13.
Epoxy joint filler.
14.
Joint-filler strips.
15.
Repair materials.
J. Minutes of pre-installation conference.
1.4 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who has completed concrete Work
similar in material, design, and extent to that indicated for this Project and whose work has
resulted in construction with a record of successful in-service performance.
B. Professional Engineer Qualifications: A professional engineer who is experienced in
providing engineering services of the kind indicated. Engineering services are defined as
those performed for formwork and shoring and reshoring installations that are similar to
those indicated for this Project in material, design, and extent.
C. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete
products complying with ASTM C 94 requirements for production facilities and equipment.
D. Source Limitations: Obtain each type or class of cementitious material of the same brand
from the same manufacturer's plant, each aggregate from one source, and each admixture
from the same manufacturer.
E. Welding: Qualify procedures and personnel according to AWS D1.4, "Structural Welding
Code--Reinforcing Steel."
F. Codes and Standards: Comply with provisions of the latest editions of the following codes,
specifications, and standards, except where more stringent requirements are shown or
specified.
35
1. American Concrete Institute (ACI) 301-99, “Specifications for Structural Concrete
for Buildings.”
2. ACI 117-90, “Specification for Tolerances for Concrete Construction and Materials”.
3. ACI 211.1-91, “Standard Practice for Selecting Proportions for Normal,
Heavyweight, and Mass Concrete.”
4. ACI 304R-00, “Guide for Measuring, Mixing, Transporting, and Placing Concrete.”
5. ACI 305R-99, “Hot Weather Concrete.”
6. ACI 306R-88, “Cold Weather Concrete.”
7. ACI 309R-96, “Guide for Consolidation of Concrete.”
8. ACI 318M-02, “Building Code Requirements for Reinforced Concrete.”
9. ACI 347-01, “Guide to Formwork for Concrete.”
10.
Concrete Reinforcing Steel Institute (CRSI) “Manual of Standard Practice, 2001,
27th Edition”.
G. Preinstallation Conference: Conduct conference at the Project site to comply with
requirements of Division 1 Section “Project Meetings” and the following:
1. At least 15 days prior to submitting design mixes, conduct a meeting to review
detailed requirements for preparing concrete design mixes and to determine
procedures for satisfactory concrete operations. Review requirements for submittals,
status of coordinating work, and availability of materials. Establish preliminary work
progress schedule and procedures for materials inspection, testing, and certifications.
Require representatives of each entity directly concerned with cast-in-place concrete
to attend conference, including, but not limited to, the following:
a. Contractor’s superintendent.
b. Agency responsible for concrete design mixes.
c. Agency responsible for field quality control.
d. Ready-mix concrete producer.
e. Primary admixture manufacturers.
f. Concrete subcontractor.
g. Formwork subcontractor.
h. Steel reinforcing installer subcontractor.
i. Contracting Officer’s Representative (COR).
H. Place concrete after the placement of all forms, reinforcement, inserts, sleeves, and other
embedments have been inspected and approved by the Contractor’s superintendent and the
Quality Control Manager and reviewed by the COR.
I. The General Contractor’s superintendent and Quality Control Manager must be present
during concrete placement.
J. The Contractor is responsible for the establishment of a quality control program to manage
forming, reinforcement, production, delivery, placement, compaction, finishing, curing,
protection and patching of all concrete. Comply with the requirements specified in Section
01401.
36
K. Provide the Quality Control Manager and the COR with access to the site or to the plant
to facilitate inspection of the reinforcement. Submit a schedule, showing the beginning and
the duration of the shop fabrication, in sufficient time to allow for the proper inspection.
L. Provide the Quality Control Manager and the COR, with access to the concrete plant to
facilitate inspection of concrete. Notify the Quality Control Manager when production of
concrete is to commence and the plant location in sufficient time to allow for the proper
inspection.
M. Inspection and testing will be performed by the Quality Control Manager in accordance
with the requirements of this Section and Section 01401, Contractor’s Quality Control.
N. Provide free access to the Work and cooperate with the appointed Quality Control
Manager.
O. Tests of the proposed cement, aggregates and other concrete ingredients will be performed
to ensure conformance with the specified requirements.
P. The Quality Control Manager or his appointed representative will make the concrete
compressive test specimens and perform all the tests specified in this Section and Section
01401.
Q. The Quality Control Manager shall be the only entity authorized to allow the addition of
any water to a concrete mix after batching.
R. The Quality Control Manger shall have the authority to reject concrete prior to or during
placement for reasons of non-compliance with the Contract Documents.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Store cement, aggregate, admixture, water, embedded items and reinforcing in a manner
to prevent deterioration or intrusion of any foreign matter. Do not use damaged or
deteriorated materials.
B. Deliver, store, and handle steel reinforcement to prevent bending and damage.
PART 2 - PRODUCTS
2.1 FORM MATERIALS
A. Forms for Exposed Finish Concrete: Plywood, metal-framed plywood faced, or other
acceptable panel-type materials to provide continuous, straight, smooth, exposed surfaces.
Furnish in largest practicable sizes to minimize number of joints or as shown on drawings.
B. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, or another acceptable
material. Provide lumber dressed on at least two edges and one side for tight fit.
37
C. Chamfer Strips: Wood, metal, PVC or rubber strips, 20 mm by 20 mm.
D. Form Release Agent: Provide commercially formulated form release agent with a
maximum of 450 mg/l volatile organic compounds (VOCs) that will not bond with, stain, or
adversely affect concrete surfaces and will not impair subsequent treatments of concrete
surfaces.
E. Form Ties: Factory-fabricated, adjustable-length, removable or snap-off metal form ties
designed to prevent form deflection and to prevent spalling of concrete upon removal.
Provide units that will leave no metal closer than 40 mm to the plane of the exposed concrete
surface.
1. Provide ties that, when removed, will leave holes not larger than 25 mm in diameter
in the concrete surface.
2.2 STEEL REINFORCEMENT
A. Reinforcing Bars: ASTM A 615/A 615M, Grade 420 (Grade 60), deformed. Reinforcing
as indicated on the structural drawings to comply with the special ductility requirements of
ACI-318M, paragraph 21.2.5, parts (a) and (b).
B. Low-Alloy-Steel Reinforcing Bars: ASTM A 706/A 706M, deformed.
C. Reinforcing bars shall be manufactured by an OBO prequalified manufacturer. Refer to
Tables at the end of this Section.
D. Plain-Steel Wire: ASTM A 82, as drawn.
E. Deformed-Steel Wire: ASTM A 496.
F. Plain-Steel Welded Wire Reinforcement: ASTM A 185, fabricated from as-drawn steel
wire into flat sheets.
2.3 REINFORCEMENT ACCESSORIES
A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and
fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports
according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast
concrete or fiber reinforced concrete of greater compressive strength than concrete, and as
follows:
1. For concrete surfaces exposed to view where legs of wire bar supports contact forms,
use CRSI Class 1 plastic-protected or CRSI Class 2 stainless-steel bar supports.
2. For slabs-on-grade, use supports with sand plates or horizontal runners where base
material will not support chair legs.
38
B. Joint Dowel Bars: Plain-Steel bars, ASTM A615M, Grade 420, cut bars true to length
with ends square and free of burs.
C. Mechanical Splices and Connections: As indicated on Drawings.
2.4 CONCRETE MATERIALS
A. Portland Cement: ASTM C 150, Type I
1. Use one brand of cement throughout Project unless otherwise acceptable to the
Quality Control Manager or his appointed representative.
B. Fly Ash: ASTM C 618, Class F.
C. Ground Granulated Blast-Furnace Slag (GGBF): ASTM C 989, Grade 100 or 120.
D. Silica Fume: ASTM C 1240.
E. Normal-Weight Aggregate: ASTM C 33, uniformly graded, and as follows:
1. Coarse aggregate size for concrete in walls, columns, beams, and structural slabs
shall not exceed 20 mm.
2. Coarse Aggregates:
a. General Use: 25 mm to 4.75 mm.
b. Walls, Columns, Beams, and Structural Slabs: 20 mm to 4.75 mm.
c. Tight Placement: 12.5 mm to 4.75 mm.
3. Fine Aggregates: Fineness modulus shall not be less than 2.3 nor more than 3.1.
4. Combined Aggregate Gradation: Well graded from coarsest to finest with not more
than 18 percent and not less than 8 percent retained on an individual sieve, except that
less than 8 percent may be retained on coarsest sieve, on the No. 50 (0.300 mm)
sieve, and the No. 100 (0.150 mm) sieve.
5. Materials that contain particles that will discolor the surface shall not be used for any
exposed concrete.
6. Provide aggregates from a single source for exposed concrete.
7. Do not use aggregates containing chloride ions in excess to the requirements of ACI
for concrete construction in corrosive environments.
F. Lightweight Aggregate: ASTM C 330.
1. Nominal Maximum Aggregate Size: 20 mm.
G. Water: Potable and complying with ASTM C 94.
2.5 ADMIXTURES
A. General: Admixtures certified by manufacturer to contain no more than 0.1 percent
watersoluble chloride ions by mass of cementitious material and to be compatible with other
admixtures and cementitious materials. Do not use admixtures containing calcium chloride.
Accelerating admixtures shall not be used unless approved by the Quality Control Manager.
39
B. Air-Entraining Admixture: ASTM C 260, Type C.
C. Water-Reducing Admixture: ASTM C 494, Type A.
D. Retarding Admixture: ASTM C 494, Type B.
E. Accelerating (Non-Corrosive) Admixture: ASTM C 494, Type C.
F. Water-Reducing and Retarding Admixture: ASTM C 494, Type D.
G. Water-Reducing and Accelerating Admixture: ASTM C 494, Type E.
H. High Range, Water-Reducing Admixture (Super-plasticizer): ASTM C 494, Type F.
I. High Range, Water-Reducing and Retarding Admixture: ASTM C 494, Type G.
2.6 FIBER REINFORCEMENT
A. Synthetic Fiber: Fibrillated or monofilament polypropylene fibers engineered and
designed for use in concrete, complying with ASTM C 1116, Type III, 12 to 25 mm long.
B. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, the following:
1. Fibrillated Fibers:
a. Fibrasol F; Axim Concrete Technologies.
b. Fibermesh; Fibermesh, Div. of Synthetic Industries.
c. Forta; Forta Corporation.
d. Grace Fibers; W. R. Grace & Co., Construction Products Div.
2. Monofilament Fibers:
a. Fibrasol IIP; Axim Concrete Technologies.
b. Fiberstrand 100; Euclid Chemical Co.
c. Fibermix Stealth; Fibermesh, Div. of Synthetic Industries.
d. Forta Mono; Forta Corporation.
e. Grace MicroFiber; W. R. Grace & Co., Construction Products Div.
2.7 WATERSTOPS
A. Flexible Rubber Waterstops: CE CRD-C 513, for embedding in concrete to prevent
passage of fluids through joints. Factory fabricated corners, intersections, and directional
changes.
1. Profile: Flat, dumbbell with center bulb.
2. Dimensions: 150 mm by 10 mm thick.
B. Flexible PVC Waterstops: CE CRD-C 572, for embedding in concrete to prevent passage
of fluids through joints. Factory fabricated corners, intersections, and directional changes.
40
1. Profile: Flat, dumbbell with center bulb.
2. Dimensions: 150 mm by 10 mm thick.
C. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not limited to, the
following:
1. Rubber Waterstops:
a. Greenstreak.
b. Progress Unlimited Inc.
c. Westec Barrier Technologies; Div. of Western Textile Products, Inc.
2. PVC Waterstops:
a. Greenstreak.
b. Meadows: W. R. Meadows, Inc.
c. Murphy: Paul Murphy Plastics Co.
d. Progress Unlimited Inc.
e. Vinylex Corporation.
f. Sika Corporation.
D. Self-Expanding Strip Waterstops: Manufactured rectangular or trapezoidal strip, sodium
bentonite or other hydrophylic material for adhesive bonding to concrete.
1. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, the following:
a. Volclay Waterstop-RX; Colloid Environmental Technologies Co.
b. Conseal CS-231; Concrete Sealants Inc.
c. Swellseal Joint; De Neef Construction Chemicals (U.S.) Inc.
d. Superseal; Tremco Incorporated.
e. Hydrotite; Greenstreak.
2.8 VAPOR RETARDERS
A. Vapor Retarder: Polyethylene sheet, ASTM D 4397, not less than 0.20 mm (8 mils) thick.
B. Granular Fill: Clean mixture of crushed stone or crushed or uncrushed gravel; ASTM D
448, Size 57, with 100 percent passing a 38-mm sieve and 0 to 5 percent passing a 2.36-mm
(No. 8) sieve.
2.9 FLOOR AND SLAB TREATMENTS
A. Slip-Resistive Aggregate Finish: Factory-graded, packaged, rustproof, non-glazing,
abrasive aggregate of fused aluminum-oxide granules or crushed emery with emery
aggregate containing not less than 50 percent aluminum oxide and not less than 25 percent
ferric oxide; unaffected by moisture, and cleaning materials.
B. Penetrating Liquid Floor Treatment (Liquid Densifer/Sealer): For warehouses and
garages. Chemically reactive, waterborne solution of inorganic silicate or siliconate materials
and proprietary components; odorless; colorless; that penetrates, hardens, and densifies
41
concrete surfaces, increases abrasion resistance, and provides a low sheen surface that is easy
to clean and reduces the problem of tire mark removal.
C. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, the following:
1. Penetrating Liquid Floor Treatment:
a. Chemisil Plus; ChemMasters.
b. “Ashford Formula”, Curecrete Chemical Co.
c. “Euco Diamond Hard”, The Euclid Chemical Co.
2.10 CURING MATERIALS
A. Evaporation Retarder: Waterborne, monomolecular film forming manufactured for
application to fresh concrete and exposed concrete slab surfaces for temporary protection
from rapid moisture loss.
B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf,
weighing approximately 300 g/sq. m (9 oz./sq. yd.) dry.
C. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene
sheet.
D. Water: Potable.
E. Clear, Solvent-Borne, Membrane-Forming Curing Compound: ASTM C 309, Type1,
Class B.
F. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1 Class
B.
G. Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound: ASTM C
1315, Type 1, Class A.
H. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315,
Type 1, Class A.
I. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, the following:
1. Evaporation Retarder:
a. Spray-Film; ChemMasters.
b. Sure Film (J-74); Dayton Superior.
c. Confilm; Degussa Construction Chemicals.
d. Eucobar; Euclid Chemical Co.
e. E-Con; L&M Construction Chemicals, Inc.
2. Clear, Solvent-Borne, Membrane-Forming Curing Compound:
a. Spray-Cure Clear; ChemMasters.
42
b. General Purpose Cure & Seal (J-20UV); Dayton Superior.
c. MasterKure N-Seal-HS; Degussa Construction Chemicals
d. Diamond Clear; Euclid Chemical Co.
e. Dress & Seal 30; L&M Construction Chemicals, Inc.
3. Clear, Waterborne, Membrane-Forming Curing Compound:
a. Safe Cure Clear; ChemMasters.
b. Day-Chem Rez Cure (J-11-W); Dayton Superior.
c. Kure-N-Seal W; Degussa Construction Chemicals.
d. Diamond Clear VOX; Euclid Chemical Co.
e. Dress & Seal WB 30; L&M Construction Chemicals, Inc.
4. Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound:
a. Spray-Cure & Seal 25; ChemMasters.
b. Super Diamond Clear; Euclid Chemical Co.
c. Lumiseal Plus; L&M Construction Chemicals, Inc.
5. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound:
a. Polyseal WB; ChemMasters.
b. Super Diamond Clear VOX; Euclid Chemical Co.
c. Lumiseal WB Plus; L&M Construction Chemicals, Inc..
2.11 RELATED MATERIALS
A. Bonding Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene
butadiene.
B. Epoxy Bonding Adhesive: ASTM C 881, two-component epoxy resin, capable of humid
curing and bonding to damp surfaces, of type, class, and grade to suit requirements.
C. Dovetail Anchor Slots: Hot-dip galvanized steel sheet, not less than 0.85 mm (22 gage)
thick, with bent tab anchors. Temporarily fill or cover face opening of slots to prevent
intrusion of concrete or debris.
D. Reglets: Fabricate reglets of not less than 0.55 mm (26 gage) thick galvanized steel sheet.
Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris.
E. Epoxy Joint Filler: For control and construction joints of slab-on-grade in warehouses, a
two component, 100 percent solids, low-range tensile strength semi-rigid epoxy with a
minimum shore D hardness 50 (ASTM D676) and elongation of 6 percent (ASTM D 2240).
The epoxy joint filler shall be mixed and installed in strict accordance with the direction of
manufacturer. The joint filler shall not be filled sooner than 90 days after slab placement.
F. Joint Sealant for Isolation Joint at Slab-on-Grade:
1. Eucolastic I (Urethane sealant): Use closed cell polyethylene backer rod.
43
2.12 REPAIR MATERIALS
A. Repair Underlayment: Cement-based, polymer-modified, self-leveling product that can be
applied in thicknesses from 3 mm and that can be feathered at edges to match adjacent floor
elevations.
1. Cement Binder: ASTM C 150, Portland cement or hydraulic or blended hydraulic
cement as defined in ASTM C 219.
2. Primer: Product of underlayment manufacturer recommended for substrate,
conditions, and application.
3. Aggregate: Well-graded, washed gravel, 3 to 6 mm or coarse sand as recommended
by underlayment manufacturer.
4. Compressive Strength: Not less than 30 MPa at 28 days when tested according to
ASTM C 109/C 109M.
B. Repair Topping: Traffic-bearing, cement-based, polymer-modified, self-leveling product
that can be applied in thicknesses from 6 mm.
1. Cement Binder: ASTM C 150, Portland cement or hydraulic or blended hydraulic
cement as defined in ASTM C 219.
2. Primer: Product of topping manufacturer recommended for substrate, conditions, and
application.
3. Aggregate: Well-graded, washed gravel, 3 to 6 mm or coarse sand as recommended
by topping manufacturer.
4. Compressive Strength: Not less than 40 MPa at 28 days when tested according to
ASTM C 109/C 109M.
C. Epoxy Crack Injection Adhesive: ASTM C 881/C 881M, Type
1. Type I for non-load bearing applications
2. Type IV for load bearing applications
3. Grade 1.
2.13 CONCRETE MIXES
A. Prepare design mixes for each type and strength of concrete determined by laboratory trial
batch method as specified ACI 211.1, ACI 301 and ACI 318M. Use an independent testing
agency acceptable to the Quality Control Manager or his appointed representative for
preparing and reporting proposed mix designs. Do not use the same testing agency for field
quality control testing.
B. Submit written reports to the Facility Manager or his appointed representative of each
proposed mix prepared and sealed by a professional engineer for each class of concrete at
least 15 days prior to start of Work. Do not begin concrete production until the Quality
Control Manager or his appointed representative has approved proposed mix designs.
C. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than
Portland cement in concrete as follows:
44
1. Limit use of fly ash and ground granulated blast furnace (GGBF) slag to not exceed
20 percent of cementitious content by weight.
2. Limit use of silica fume to not exceed 10 percent of cementitious content by weight.
D. Design mixes to provide normal weight concrete with properties as indicated herein
unless indicated otherwise on the Structural Drawings.
1. Civil/Site Structures, as shown on the Civil (C-Series) Drawings, including Perimeter
Walls. Proportion normal-weight concrete mix as follows:
a. For retaining walls in locations indicted on the drawings, provide concrete
with the following properties:
1) Compressive Strength (28 Days): 30 MPa
2) Maximum Water-Cementitious Materials Ratio: 0.48
3) Maximum Slump: 125 mm.
4) Maximum Slump for Concrete Containing High-Range, WaterReducing Admixture: 200 mm after admixture is added to concrete with
50 mm to 75 mm slump.
b. For all other civil/site structures:
1) Compressive Strength (28 Days): 25 MPa minimum.
2) Maximum Water-Cementitious Materials Ratio: 0.48
3) Maximum Slump: 125 mm.
4) Maximum Slump for Concrete Containing High-Range, WaterReducing Admixture: 200 mm after admixture is added to concrete with
50 mm to 75 mm slump.
2. Slab-on-Grade and Footings. Proportion normal-weight concrete mix as follows:
a. Compressive Strength (28 Days): 28 MPa minimum.
b. Maximum Slump: 125 mm3.
c. Maximum Water-Cementitious Materials Ratio: 0.48
3. Suspended Slabs and Building Frame Members, as shown on the Structural (S-Series)
Drawings: Proportion normal-weight concrete mix as follows:
a. Maximum Slump: 125 mm.
b. Maximum Slump for Concrete Containing High-Range, Water-Reducing
Admixture: 200 mm after admixture is added to concrete with 50 mm to 75
mm slump.
c. Compressive Strength (28 Days): 30 MPa minimum.
d. Maximum Water-Cementitious Materials Ratio: 0.48
E. Water-Cementitious Materials Ratio: Provide concrete for following conditions with
maximum water-cementitious materials (W/C) ratios as follows:
1. Unless noted otherwise: Maximum W/C = 0.48.
F. Limit water-soluble, chloride ion content in hardened concrete to 0.15 percent by weight
of cement.
G. Synthetic Fiber: Uniformly disperse in concrete mix at manufacturer’s recommended rate,
but not less than 0.90 kg/m3 (1.5 lbs/cu. yd.).
45
H. Air Content: Use air-entraining admixtures in exterior exposed concrete unless otherwise
indicated. Add air-entraining admixture at manufacturer’s prescribed rate to result in
concrete at point of placement having total air content of 6 percent with a tolerance of plus or
minus 1½ percent.
1. Do not air entrains concrete for trowel finished interior floors and suspended slabs.
2. Do not allow entrapped air content to exceed 3 percent.
I. Admixtures: Use admixtures according to manufacturers written instructions.
1. Use water-reducing admixture or high-range water-reducing admixture (superplasticizer) in concrete, as required, for placement and workability.
2. Use water-reducing and retarding admixtures when required by high temperatures,
low humidity, or other adverse placement conditions.
3. Use high range water-reducing admixture in pumped concrete as required for
pumpability and workability and concrete required to be watertight, and concrete with
a water cementitious materials ratio below 0.48.
2.14 FABRICATING REINFORCEMENT
A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice."
2.15 CONCRETE MIXING
A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C
94, and furnish batch ticket information.
1. When air temperature is between 30 deg C and 32 deg C, reduce mixing and delivery
time from 90 minutes to 75 minutes, and when air temperature is above 32 deg C,
reduce mixing and delivery time to 60 minutes.
PART 3 - EXECUTION
3.1 FORMWORK
A. Design, erect, shore, brace, and maintain formwork, according to ACI 301 and as shown
on formwork shop drawings which have been reviewed by the Facility Manager or his
appointed representative, to support vertical, lateral, static, and dynamic loads, and
construction loads that might be applied, until concrete structure can support such loads.
B. Construct formwork so concrete members and structures are of size, shape, alignment,
elevation, and position indicated, within tolerance limits of ACI 117.
C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as
follows:
1. Class A, 3 mm.
2. Class B, 6 mm; Parking Garages are Class B
3. Class C, 13 mm.
46
4. Class D, 25 mm.
D. Construct forms tight enough to prevent loss of concrete mortar.
E. Fabricate forms for easy removal without hammering or prying against concrete surfaces.
Provide crush or wrecking plates where stripping may damage cast concrete surfaces.
Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood
inserts for forming keyways, reglets, recesses, and the like, for easy removal.
1. Do not use rust-stained steel form-facing material.
F. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required
elevations and slopes in finished concrete surfaces. Provide and secure units to support
screed strips; use strike-off templates or compacting-type screeds.
G. Chamfer exterior corners and edges of permanently exposed concrete.
H. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and
bulkheads required in the Work. Determine sizes and locations from trades providing such
items.
I. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt,
and other debris just before placing concrete.
J. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks
and maintain proper alignment.
K. Coat contact surfaces of forms with form-release agent, according to manufacturer's
written instructions, before placing reinforcement.
L. Camber forms for horizontal members with spans over 9 meters for 125% of the deflection
due to the weight of the structure.
3.2 REMOVING AND REUSING FORMS
A. General: Formwork, for sides of beams, walls, columns, and similar parts of the Work,
that does not support weight of concrete may be removed after cumulatively curing at not
less than 10 deg C for 24 hours after placing concrete provided concrete is hard enough to
not be damaged by form-removal operations and provided curing and protection operations
are maintained.
B. Leave formwork for beam soffits, joists, slabs, and other structural element, that supports
weight of concrete in place until concrete has achieved the following:
1. At least 70 percent of 28-day design compressive strength, but not less than four
days.
2. Determine compressive strength of in-place concrete by testing representative fieldor laboratory-cured test specimens according to ACI 301.
47
3. Remove forms only if shores have been arranged to permit removal of forms without
loosening or disturbing shores.
C. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or
otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply
new form-release agent.
D. When forms are reused, clean surfaces, remove fins and Latinate, and tighten to close
joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed
concrete surfaces unless approved by COR.
3.3 VAPOR RETARDERS
A. Vapor Retarder: Place, protect, and repair vapor-retarder sheets according to ASTM E
1643 and manufacturer's written instructions.
1. Place vapor retarder sheeting in position with longest dimension parallel the direction
of pour.
2. Lap joints: 150 mm and seal with manufacturer’s recommended mastic or pressure
sensitive tape.
3.4 STEEL REINFORCEMENT
A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement.
1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before
placing concrete.
B. Install in accordance with steel reinforcement placement shop drawings that have been
reviewed by the Facility Manager or his appointed representative.
C. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials.
D. Accurately position, support, and secure reinforcement against displacement. Locate and
support reinforcement with bar supports to maintain minimum concrete cover as approved by
the Quality Control Manager or his appointed representative. Do not tack weld crossing
reinforcing bars.
1. Shop- or field-weld reinforcement according to AWS D1.4, where indicated.
2. Welding of reinforcing bars is not permitted unless indicated on the structural
drawings.
E. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces.
F. Install welded wire reinforcement in longest practicable lengths on bar supports spaced to
minimize sagging. Lap edges and ends of adjoining sheets at least one mesh spacing. Offset
laps of adjoining sheet widths to prevent continuous laps in either direction. Secure overlaps
with wire.
48
3.9 CONCRETE PLACEMENT
A. General: Comply with ACI 304, “Guide for Measuring, Mixing, Transporting, and
Placing Concrete,” and as specified.
B. Before placing concrete, verify that installation of formwork, reinforcement, and
embedded items is complete and that required inspections have been performed.
C. Do not add water to concrete during delivery, at Project site, or during placement, unless
approved by The Facility Manager or his appointed representative.
D. Deposit concrete continuously or in layers of such thickness that no new concrete will be
placed on concrete that has hardened enough to cause seams or planes of weakness. If a
section cannot be placed continuously, provide construction joints as specified. Deposit
concrete to avoid segregation and at such a rate of placement not to exceed the maximum
shown on the formwork shop drawings.
E. Deposit concrete in forms in horizontal layers no deeper than 600 mm and in a manner to
avoid inclined construction joints. Place each layer while preceding layer is still plastic, to
avoid cold joints.
1. Consolidate placed concrete with mechanical vibrating equipment supplemented by
hand spading, rodding, or tamping. Use equipment and procedures for consolidating
concrete recommended by ACI 309R.
2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators
vertically at uniformly spaced locations no farther than the visible effectiveness of the
vibrator. Place vibrators to rapidly penetrate placed layer and at least 150 mm into
preceding layer. Do not insert vibrators into lower layers of concrete that have begun
to lose plasticity. At each insertion, limit duration of vibration to time necessary to
consolidate concrete and complete embedment of reinforcement and other embedded
items without causing mix constituents to segregate.
F. Deposit and consolidate concrete for slabs in a continuous operation, within limits of
construction joints, until placement of a panel or section is complete.
1. Consolidate concrete during placement operations so concrete is thoroughly worked
around reinforcement and other embedded items and into corners.
2. Maintain reinforcement in position on chairs during concrete placement.
3. Screed slab surfaces with a straightedge and strike off to correct elevations.
4. Slope surfaces uniformly to drains where required.
5. Begin initial floating using bull floats or darbies to form a uniform and open-textured
surface plane, free of humps or hollows, before excess moisture or bleedwater
appears on the surface. Do not further disturb slab surfaces before starting finishing
operations.
G. Hot-Weather Placement: Place concrete according to recommendations in ACI 305R and
as follows, when hot-weather conditions exist:
49
1. Cool ingredients before mixing to maintain concrete temperature below 32 deg C at
time of placement. Chilled mixing water or chopped ice may be used to control
temperature, provided water equivalent of ice is calculated to total amount of mixing
water. Using liquid nitrogen to cool concrete is Contractor's option.
2. Cover steel reinforcement with water-soaked burlap so steel temperature will not
exceed ambient air temperature immediately before embedding in concrete.
3. Fog-spray forms, steel reinforcement, and sub-grade just before placing concrete.
Keep sub-grade moisture uniform without standing water, soft spots, or dry areas.
4. Concrete placement shall not be started if the temperature is 40 deg. C and rising or
until it is 43 deg. C and falling. All concrete placements shall be completed at
ambient air temperature of less than 45 deg. C.
3.10 FINISHING FORMED SURFACES
A. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tie
holes and defective areas repaired and patched. Remove fins and other projections exceeding
ACI 347R limits for class of surface specified.
B. Smooth-Formed Finish: As-cast concrete texture imparted by form-facing material,
arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch
tie holes and defective areas. Remove fins and other projections exceeding 3 mm in height.
1. Apply to concrete surfaces exposed to public view or to be covered with a coating or
covering material applied directly to concrete, such as waterproofing, damp-proofing,
veneer plaster, or painting.
C. Rubbed Finish: Apply the following to smooth-formed finished concrete:
1. Smooth-Rubbed Finish: No later than one day after form removal, moisten concrete
surfaces and rub with carborundum brick or another abrasive until producing a
uniform color and texture. Do not apply cement grout other than that created by the
rubbing process.
2. Grout-Cleaned Finish: Wet concrete surfaces and apply grout of a consistency of
thick paint to coat surfaces and fill small holes. Mix one part Portland cement to one
and one-half parts fine sand with a 1:1 mixture of bonding admixture and water. Add
white Portland cement in amounts determined by trial patches so color of dry grout
will match adjacent surfaces. Scrub grout into voids and remove excess grout. When
grout whitens, rub surface with clean burlap and keep surface damp by fog spray for
at least 36 hours.
3.11 FINISHING SLABS
A. General: Comply with recommendations in ACI 302.1R for screeding, re-straightening,
and finishing operations for concrete surfaces. Do not wet concrete surfaces. Specified
Overall Values (SOV) for flatness and Minimum Local Values (MLV) for both FF (flatness)
and FL (levelness) are measured according to ASTM E 1155, Standard Test Method for
Determining Floor Flatness and Levelness Using the F-Number System. FL (levelness) shall
be calculated for suspended slabs before slab shoring is removed.
50
B. Float Finish: Consolidate surface with power-driven floats or by hand floating if area is
small or inaccessible to power driven floats. Re-straighten, cut down high spots, and fill low
spots. Repeat float passes and re-straightening until surface is left with a uniform, smooth,
granular texture. Grind smooth any surface defects that would telegraph through applied
floor covering system.
1. Apply float finish to surfaces indicated on the Architectural Drawings, to surfaces to
receive trowel finish, and to floor and slab surfaces to be covered with fluid-applied
or sheet waterproofing, built-up or membrane roofing, or sand-bed terrazzo.
2. Finish surface to a tolerance of Specified Overall Value (SOV) FF20 / FL18 and
Minimum Local Value (MLV) FF15 / FL12.
C. Trowel Finish: After applying float finish, apply first trowel finish and consolidate
concrete by hand or power-driven trowel. Continue troweling passes and re-straighten until
surface is free of trowel marks and uniform in texture and appearance. Grind smooth any
surface defects that would telegraph through applied coatings or floor coverings.
1. Apply a trowel finish to surfaces indicated on Architectural Drawings and to floor
and slab surfaces exposed to view or to be covered with resilient flooring, carpet,
ceramic or quarry tile set over a cleavage membrane, paint, or another thin film-finish
coating system.
2. Finish surface to a tolerance of Specified Overall Value (SOV) FF25 / FL20 and
Minimum Local Value (MLV) FF17 / FL15.
D. Broom Finish: Apply a broom finish to parking garage floors, exterior concrete platforms,
steps, and ramps, and elsewhere as indicated on Architectural Drawings.
1. Immediately after float finishing, slightly roughen trafficked surface by brooming
with fiber-bristle broom perpendicular to main traffic route. Coordinate required final
finish with The Quality Control Manager or his appointed representative before
application.
3.13 CONCRETE PROTECTION AND CURING
A. General: Protect freshly placed concrete from premature drying and excessive cold or hot
temperatures. Comply with ACI 306.1 for cold-weather protection and with
recommendations in ACI 305R for hot-weather protection during curing.
B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot,
dry, or windy conditions cause moisture loss approaching 1 kg/m2 x hour (0.20 lbs./ft.2 x
hour) before and during finishing operations. Apply according to manufacturer's written
instructions after placing, screeding, and bull floating or darbying concrete, but before float
finishing.
C. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed
surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by one or a
combination of the following methods:
51
1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with
the following materials:
a. Water.
b. Continuous water-fog spray.
c. Absorptive cover, water saturated, and kept continuously wet. Cover concrete
surfaces and edges with 300-mm lap over adjacent absorptive covers.
2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining
cover for curing concrete, placed in widest practicable width, with sides and ends
lapped at least 300 mm, and sealed by waterproof tape or adhesive. Cure for not less
than seven days. Immediately repair any holes or tears during curing period using
cover material and waterproof tape.
a. Moisture cure or use moisture-retaining covers to cure concrete.
3. Curing Compound: Apply curing compound to concrete slabs as soon as final
finishing operations are complete (within 2 hours and after surface water sheen has
disappeared. Apply uniformly in continuous operation by power spray or roller
according to manufacturer's written instructions. Recoat areas subjected to heavy
rainfall within three hours after initial application. Maintain continuity of coating and
repair damage during curing period.
4. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a
continuous operation by power spray or roller according to manufacturer's written
instructions. Recoat areas subjected to heavy rainfall within three hours after initial
application. Repeat process 24 hours later and apply a second coat. Maintain
continuity of coating and repair damage during curing period.
5. Hot-Weather Curing: Cure concrete according to recommendations in ACI 305R and
as follows, when hot-weather conditions exist:
a. When ambient air temperature is expected to be greater or equal to 36 deg. C in
the following seven days after flatwork is poured it shall be moist-cured for a
minimum of seven days.
3.16 CONCRETE SURFACE REPAIRS
A. Patching Defective Areas: Repair and patch defective areas with cement mortar
immediately after removing forms, when acceptable to the Quality Control Manager or his
appointed representative. Remove and replace concrete that cannot be repaired and patched
to the Quality Control Manager or his appointed representative’s approval.
B. Patching Mortar: Mix dry-pack mortar, consisting of one part Portland cement to 2-1/2
parts fine aggregate passing a 1.2 mm (No. 16) sieve, using only enough water as required
for handling and placing.
C. Repairing Formed Surfaces: Remove and replace concrete having defective surfaces if
defects cannot be repaired to satisfaction of the Quality Control Manager or his appointed
representative. Surface defects include color and texture irregularities, cracks, spalls, air
bubbles, honeycomb, rock pockets, fins and other projections on the surface, and stains and
other discoloration that cannot be removed by cleaning.
52
1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more
than 12 mm in any dimension in solid concrete but not less than 25 mm in depth.
Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and
brush-coat holes and voids with bonding agent. Fill and compact with patching
mortar before bonding agent has dried. Fill form-tie voids with patching mortar or
cork cone plugs secured in place with bonding agent.
2. Repair defects on surfaces exposed to view by blending white Portland cement and
standard Portland cement so that, when dry, patching mortar will match surrounding
color. Patch a test area at inconspicuous locations to verify mixture and color match
before proceeding with patching. Compact mortar in place and strike off slightly
higher than surrounding surface.
3. Repair defects on concealed formed surfaces that affect concrete's durability and
structural performance as determined by COR.
D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish
and verify surface tolerances specified for each surface. Correct low and high areas. Test
surfaces sloped to drain for trueness of slope and smoothness; use a sloped template.
1. Repair finished surfaces containing defects. Surface defects include spalls, pop-outs,
honeycombs, rock pockets, crazing and cracks in excess of 0.25 mm wide or that
penetrate to reinforcement or completely through unreinforced sections regardless of
width, and other objectionable conditions.
2. After concrete has cured at least 14 days, correct high areas by grinding.
3. Correct localized low areas during or immediately after completing surface finishing
operations by cutting out low areas and replacing with patching mortar. Finish
repaired areas to blend into adjacent concrete. Proprietary underlayment compounds
may be used when acceptable to the COR.
4. Correct other low areas scheduled to receive floor coverings with a repair
underlayment when acceptable to the COR. Prepare, mix, and apply repair
underlayment and primer according to manufacturer's written instructions to produce
a smooth, uniform, plane, and level surface. Feather edges to match adjacent floor
elevations.
5. Correct other low areas scheduled to remain exposed with a repair topping when
acceptable to the COR. Cut out low areas to ensure a minimum repair topping depth
of 6 mm to match adjacent floor elevations. Prepare, mix, and apply repair topping
and primer according to manufacturer's written instructions to produce a smooth,
uniform, plane, and level surface.
6. Repair defective areas, except random cracks and single holes 25 mm or less in
diameter, by cutting out and replacing with fresh concrete. Remove defective areas
with clean, square cuts and expose steel reinforcement with at least 20 mm clearance
all around. Dampen concrete surfaces in contact with patching concrete and apply
bonding agent. Mix patching concrete of same materials and mix as original concrete
except without coarse aggregate. Place, compact, and finish to blend with adjacent
finished concrete. Cure in same manner as adjacent concrete.
7. Repair random cracks and single holes 25 mm or less in diameter with patching
mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust,
dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent.
53
Place patching mortar before bonding agent has dried. Compact patching mortar and
finish to match adjacent concrete. Keep patched area continuously moist for at least
72 hours.
E. Perform structural repairs of concrete, subject to COR approval, using epoxy adhesive and
patching mortar.
F. Repair materials and installation not specified above may be used, subject to acceptance of
the COR.
3.17 CONCRETE CRACK REPAIRS
A. Epoxy Crack Injection: Comply with manufacturer's written instructions and the
following:
1. Clean areas to receive capping adhesive of oil, dirt, and other substances that would
interfere with bond, and clean cracks with oil-free compressed air or low-pressure
water to remove loose particles.
2. Place injection ports as recommended by epoxy manufacturer, spacing no farther
apart than thickness of member being injected. Seal injection ports in place with
capping adhesive.
3. Seal cracks at exposed surfaces with a ribbon of capping adhesive at least 6 mm (1/4
inch) thick by 25 mm (1 inch) wider than crack.
4. Inject cracks wider than 0.075 mm (0.003 inch) to a depth of 200 mm (8 inches) or to
a width of less than 0.075 mm (0.003 inch), whichever is less.
5. Inject epoxy adhesive, beginning at widest part of crack and working toward
narrower parts. Inject adhesive into ports to refusal, capping adjacent ports when they
extrude epoxy. Cap injected ports and inject through adjacent ports until crack is
filled.
6. After epoxy adhesive has set, remove injection ports and grind surfaces smooth.
3.18 QUALITY CONTROL TESTING DURING CONSTRUCTION
A. General: The Contractor shall employ a qualified independent testing and inspecting
agency, approved by the COR, to sample materials, perform tests, and submit test reports
according to the requirements specified in this Article.
B. Testing Services: Testing of composite samples of fresh concrete obtained according to
ASTM C 172 shall be performed according to the following requirements:
1. Testing Frequency: Obtain at least one composite sample for each 50 m2 or fraction
thereof of each concrete mix placed each day unless directed otherwise by the Quality
Control Manager or his appointed representative. When frequency of testing will
provide fewer than five compressive-strength tests for each concrete mix, testing shall
be conducted from at least five randomly selected batches or from each batch if fewer
than five are used.
2. Slump: ASTM C 143; one test at point of discharge for each composite sample.
Perform additional tests when concrete consistency appears to change.
54
3. Air Content: ASTM C 231; pressure method, for normal-weight concrete; ASTM C
173, volumetric method, for structural lightweight concrete; one test for each
composite sample.
4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 4 deg
C and below, when 27 deg C and above, and one test for each set of composite
sample.
5. Unit Weight: ASTM C567; one test for each composite sample.
6. Compressive Test Specimens: ASTM C31/C31M; cast and laboratory cure one set of
four standard cylinders specimens for each composite sample.
7. Compressive-Strength Tests: ASTM C39; one specimen tested at 7 days, two
specimens tested at 28 days, and one specimen tested at 56 days (reserve).
C. When strength of field-cured cylinders is less than 85 percent of companion laboratorycured cylinders, Contractor shall evaluate operations and provide corrective procedures for
protecting and curing in-place concrete as approved by the Quality Control Manager or his
appointed representative.
D. Test results shall be reported in writing to COR, ready-mix producer, and the Contractor
within 24 hours after testing. Reports of compressive-strength tests shall contain Project
identification name and number, date of concrete placement, name of concrete testing and
inspection agency, concrete type and class, location of concrete batch in structure, design
compressive strength at 28 days, concrete mix proportions and materials, compressive
breaking strength, and type of break for both 7-day, 28-day, and 56 day (reserve) tests.
E. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may
be permitted by the COR but shall not be used as the sole basis for acceptance or rejection of
concrete.
F. Additional Tests: The testing and inspecting agency shall make additional test of in-place
concrete when test results indicate specified concrete strengths and other characteristics have
not been attained in the structure, as directed by the COR. Testing agency may conduct tests
to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by
other methods as directed by the COR. Any concrete that does not comply with this
specification will not be accepted. Concrete found to be deficient shall be corrected in a
manner satisfactory to the COR. All investigations, testing, load tests, and correction of
deficiencies shall be performed at the expense of the Contractor and approved by the COR.
G. Quality Control Testing of Reinforcing Steel: an OBO approved independent testing lab
shall test Reinforcing steel as required. Approved OBO independent testing labs are those
labs accredited by International Accreditation Services, Inc. (IAS), or inspected by Cement
and Concrete Reference Laboratory (CCRL), or labs at OBO prequalified reinforcing steel
mills, or labs at approved State Department of Transportation labs. See Table 03300-3.18.
END OF SECTION 03300
55
SECTION 16050 - BASIC ELECTRICAL MATERIALS AND METHODS
PART 1 - GENERAL
1.1 SUMMARY
A. This Section includes the following:
1. Safety considerations for outdoor substations.
2. Building wire and connectors.
3. Supporting devices for electrical components.
4. Electrical identification.
1.2 DEFINITIONS
A. EMT: Electrical metallic tubing.
B. FMC: Flexible metal conduit.
C. RMC: Rigid metal conduit.
D. LFMC: Liquidtight flexible metal conduit.
E. RNC: Rigid nonmetallic conduit.
1.3 SUBMITTALS
A. Product Data: For each type of product indicated.
1.4 QUALITY ASSURANCE
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction,
and marked for intended use.
B. Comply with NFPA 70.
1.5 COORDINATION
A. Coordinate chases, slots, inserts, sleeves, and openings with general construction work
and arrange in building structure during progress of construction to facilitate the
electrical installations that follow.
1. Set inserts and sleeves in poured-in-place concrete, masonry work, and other
structural components as they are constructed.
B. Sequence, coordinate, and integrate installing electrical materials and equipment for
efficient flow of the Work. Coordinate installing large equipment requiring positioning
before closing in the building.
C. Coordinate electrical service connections to components furnished by utility
companies.
56
1. Coordinate installation and connection of exterior underground and overhead
utilities and services, including provision for electricity-metering components.
2. Comply with requirements of authorities having jurisdiction and of utility
company providing electrical power and other services.
D. Coordinate location of access panels and doors for electrical items that are concealed
by finished surfaces. Access doors and panels are specified in Division 8 Section "Access
Doors."
E. Where electrical identification devices are applied to field-finished surfaces,
coordinate installation of identification devices with completion of finished surface.
F. Where electrical identification markings and devices will be concealed by acoustical
ceilings and similar finishes, coordinate installation of these items before ceiling
installation.
PART 2 - PRODUCTS
2.1 SAFETY CONSIDERATIONS FOR OUTDOOR SUBSTATIONS
A. Metal Enclosures: Use metal enclosures around all live parts.
B. Locks: Provide on gates with key interlocks on switchgear doors to prevent access to
live parts.
C. Clearances: Refer to the National Electrical Code (NFPA 70) and National Electrical
Safety Code (ANSI C.2) for adequate clearances.
2.3 CONDUCTORS
A. Conductors, 6.0mm2 and Smaller: Solid copper.
B. Conductors, Larger Than 6.0mm2: Stranded copper.
C. Insulation: Thermoplastic, rated at 75 deg C minimum.
D. Wire Connectors and Splices: Units of size, ampacity rating, material, type, and class
suitable for service indicated.
2.4 SUPPORTING DEVICES
A. Material: Cold-formed steel, with corrosion-resistant coating acceptable to authorities
having jurisdiction.
B. Metal Items for Use Outdoors or in Damp Locations: Hot-dip galvanized steel.
57
C. Slotted-Steel Channel Supports: Flange edges turned toward web, and 14-mmdiameter slotted holes at a maximum of 50 mm o.c., in webs.
D. Slotted-Steel Channel Supports: Comply with Division 5 Section "Metal
Fabrications" for slotted channel framing.
1. Channel Thickness: Selected to suit structural loading.
2. Fittings and Accessories: Products of the same manufacturer as channel
supports.
E. Nonmetallic Channel and Angle Systems: Structural-grade, factory-formed, glassfiber-resin channels and angles with 14-mm- diameter holes at a maximum of 203 mm
o.c., in at least one surface.
1. Fittings and Accessories: Products of the same manufacturer as channels and
angles.
2. Entire electrical system shall be fully rated.
F. Raceway and Cable Supports: Manufactured clevis hangers, riser clamps, straps,
threaded clamps with retainers, ceiling trapeze hangers, wall brackets, and spring-steel
clamps or click type hangers.
G. Pipe Sleeves: ASTM A 53, Type E, Grade A, Schedule 40, galvanized steel, plain
ends.
H. Cable Supports for Vertical Conduit: Factory-fabricated assembly consisting of
threaded body and insulating wedging plug for non-armored electrical cables in riser
conduits. Plugs have number and size of conductor gripping holes as required to suit
individual risers. Body constructed of malleable-iron casting with hot-dip galvanized
finish.
I. Expansion Anchors: Carbon-steel wedge or sleeve type.
J. Toggle Bolts: All-steel springhead type.
K. Powder-Driven Threaded Studs: Heat-treated steel.
2.5 ELECTRICAL IDENTIFICATION
A. Refer to Section 16075 “Electrical Identification”
2.6 SLEEVES FOR CABLES
A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized
steel, plain ends.
B. Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile-iron
pressure pipe, with plain ends and integral waterstop, unless otherwise indicated.
58
C. Sleeves for Rectangular Openings: Galvanized sheet steel with minimum 1.3- or 3.5mm (0.052- or 0.138-inch) thickness as indicated and of length to suit application.
D. Coordinate sleeve selection and application with selection and application of
firestopping specified in Division 7 Section "Through-Penetration Firestop Systems."
2.7 SLEEVE SEALS
A. Description: Modular sealing device, designed for field assembly, to fill annular
space between sleeve and raceway or cable.
1. Sealing Elements: [EPDM] [NBR] interlocking links shaped to fit surface of
cable or conduit. Include type and number required for material and size of
raceway or cable.
2. Pressure Plates: [Stainless steel] Include two for each sealing element.
3. Connecting Bolts and Nuts: [Stainless steel] of length required to secure
pressure plates to sealing elements. Include one for each sealing element.
PART 3 - EXECUTION
3.1 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION
A. Comply with NECA 1.
B. Measure indicated mounting heights to bottom of unit for suspended items and to
center of unit for wall-mounting items.
C. Headroom Maintenance: If mounting heights or other location criteria are not
indicated, arrange and install components and equipment to provide maximum possible
headroom consistent with these requirements.
D. Equipment: Install to facilitate service, maintenance, and repair or replacement of
components of both electrical equipment and other nearby installations. Connect in
such a way as to facilitate future disconnecting with minimum interference with other
items in the vicinity.
E. Right of Way: Give to raceways and piping systems installed at a required slope.
F. Electrical equipment shall be designed and rated to operate in unusual environmental
conditions such as wind-blown sand, salt atmosphere, flooding, ultraviolet rays due to
altitude, high winds such as hurricanes and tornadoes, etc. Where standard ratings are
not available to match environmental conditions, equipment shall be derated as
required to compensate for factors such as high altitude and ambient temperature.
Equipment installed in conditioned spaces shall be designed and rated for the
conditioned ambient.
59
3.2 RACEWAY APPLICATION
A. Use the following raceways for outdoor installations:
1. Exposed: RMC
2. Concealed: RMC
3. Underground, Single Run: RNC.
4. Underground, Grouped: RNC.
5. Connection to Vibrating Equipment: LFMC.
6. Boxes and Enclosures: NEMA 250, Type 3R or Type 4.
B. Use the following raceways for indoor installations:
1. Exposed: EMT.
2. Concealed: EMT.
3. Connection to Vibrating Equipment: FMC; except in wet or damp locations,
use LFMC.
4. Damp or Wet Locations: IMC.
5. Boxes and Enclosures: NEMA 250, Type 1, unless otherwise indicated.
3.3 RACEWAY AND CABLE INSTALLATION
A. Conceal raceways and cables, unless otherwise indicated, within finished walls,
ceilings, and floors.
B. Install raceways and cables at least 150 mm away from parallel runs of flues and
steam or hotwater pipes. Locate horizontal raceway runs above water and steam
piping.
C. Use temporary raceway caps to prevent foreign matter from entering.
D. Make conduit bends and offsets so ID is not reduced. Keep legs of bends in the
same plane and straight legs of offsets parallel, unless otherwise indicated.
E. Use raceway and cable fittings compatible with raceways and cables and suitable
for use and location.
F. Install raceways embedded in slabs in middle third of slab thickness where
practical, and leave at least 25-mm-concrete cover.
1. Secure raceways to reinforcing rods to prevent sagging or shifting during
concrete placement.
2. Space raceways laterally to prevent voids in concrete.
3. Install conduit larger than 25 mm parallel to or at right angles to main
reinforcement. Where conduit is at right angles to reinforcement, place conduit
close to slab support.
4. Transition from nonmetallic tubing to Schedule 80 nonmetallic conduit, rigid
steel conduit, or IMC before rising above floor.
60
5. Make bends in exposed parallel or banked runs from same centerline to make
bends parallel. Use factory elbows only where elbows can be installed parallel;
otherwise, provide field bends for exposed parallel raceways.
G. Install pull wires in empty raceways. Use No. 2.5 mm2 zinc-coated steel or
monofilament plastic line with not less than (90-kg) tensile strength. Leave at least
(300 mm) of slack at each end of the pull wire.
H. Install telecommunications and signal system raceways, 50 mm and smaller, in
maximum lengths of 45 m and with a maximum of two 90-degree bends or
equivalent. Separate lengths with pull or junction boxes where necessary to comply
with these requirements, in addition to requirements above.
I. Connect motors and equipment subject to vibration, noise transmission, or
movement with a maximum of 1830-mm flexible conduit. Install LFMC in wet or
damp locations. Install separate ground conductor across flexible connections.
J. Set floor boxes level and trim after installation to fit flush to finished floor surface.
3.4 WIRING METHODS FOR POWER, LIGHTING, AND CONTROL CIRCUITS
A. Feeders: Type THHN/THWN insulated conductors in raceway.
B. Underground Feeders and Branch Circuits: Type THWN or XHHW insulated
conductors in raceway.
C. Branch Circuits: Type THHN/THWN insulated conductors in raceway.
D. Remote-Control Signaling and Power-Limited Circuits: Type THHN/THWN
insulated conductors in raceway for Classes 1, 2, and 3, unless otherwise indicated.
3.5 WIRING INSTALLATION
A. Install splices and taps that are compatible with conductor material and that
possess equivalent or better mechanical strength and insulation ratings than unspliced conductors.
B. Install wiring at outlets with at least 300 mm of slack conductor at each outlet. Pigtailing conductors is not permitted.
C. Connect outlet and component connections to wiring systems and to ground.
Tighten electrical connectors and terminals, according to manufacturer's published
torque-tightening values. If manufacturer's torque values are not indicated, use those
specified in UL 486A.
61
3.6 ELECTRICAL SUPPORTING DEVICE APPLICATION
A. Damp Locations and Outdoors: Hot-dip galvanized materials or nonmetallic, Uchannel system components.
B. Dry Locations: Steel materials.
C. Support Clamps for PVC Raceways: Click-type clamp system.
D. Selection of Supports: Comply with manufacturer's written instructions.
E. Strength of Supports: Adequate to carry present and future loads, times a safety
factor of at least four; minimum of 90-kg design load.
3.7 SUPPORT INSTALLATION
A. Install support devices to securely and permanently fasten and support electrical
components.
B. Install individual and multiple raceway hangers and riser clamps to support raceways.
Provide U-bolts, clamps, attachments, and other hardware necessary for hanger
assemblies and for securing hanger rods and conduits.
C. Support parallel runs of horizontal raceways together on trapeze- or bracket-type
hangers.
D. Size supports for multiple raceway installations so capacity can be increased by a 25
percent minimum in the future.
E. Support individual horizontal raceways with separate, malleable-iron pipe hangers or
clamps.
F. Install 6-mm diameter or larger threaded steel hanger rods, unless otherwise indicated.
G. Spring-steel fasteners specifically designed for supporting single conduits or tubing
may be used instead of malleable-iron hangers for 38-mm and smaller raceways serving
lighting and receptacle branch circuits above suspended ceilings and for fastening
raceways to slotted channel and angle supports.
H. Arrange supports in vertical runs so the weight of raceways and enclosed conductors
is carried entirely by raceway supports, with no weight load on raceway terminals.
I. Simultaneously install vertical conductor supports with conductors.
J. Separately support cast boxes that are threaded to raceways and used for fixture
support. Support sheet-metal boxes directly from the building structure or by bar hangers.
62
If bar hangers are used, attach bar to raceways on opposite sides of the box and support
the raceway with an approved fastener not more than 610 mm from the box.
K. Install metal channel racks for mounting cabinets, panel-boards, disconnect switches,
control enclosures, pull and junction boxes, transformers, and other devices unless
components are mounted directly to structural elements of adequate strength.
L. Install sleeves for cable and raceway penetrations of concrete slabs and walls unless
core-drilled holes are used. Install sleeves for cable and raceway penetrations of masonry
and fire-rated gypsum walls and of all other fire-rated floor and wall assemblies. Install
sleeves during erection of concrete and masonry walls.
M. Securely fasten electrical items and their supports to the building structure, unless
otherwise indicated. Perform fastening according to the following unless other fastening
methods are indicated:
1. Wood: Fasten with wood screws or screw-type nails.
2. Masonry: Toggle bolts on hollow masonry units and expansion bolts on solid
masonry units.
3. New Concrete: Concrete inserts with machine screws and bolts.
4. Existing Concrete: Expansion bolts.
5. Instead of expansion bolts, threaded studs driven by a powder charge and
provided with lock washers may be used in existing concrete.
6. Steel: Welded threaded studs or spring-tension clamps on steel.
a. Field Welding: Comply with AWS D1.1.
7. Welding to steel structure may be used only for threaded studs, not for
conduits, pipe straps, or other items.
8. Light Steel: Sheet-metal screws.
9. Fasteners: Select so the load applied to each fastener does not exceed 25
percent of its proof-test load.
3.8 IDENTIFICATION MATERIALS AND DEVICES
A. Install at locations for most convenient viewing without interference with operation
and maintenance of equipment.
B. Coordinate names, abbreviations, colors, and other designations used for electrical
identification standards. Use consistent designations throughout Project.
C. Self-Adhesive Identification Products: Clean surfaces before applying.
D. Identify raceways and cables with color banding as follows:
1. Bands: Pre-tensioned, snap-around, colored plastic sleeves or colored adhesive
marking tape. Make each color band 50 mm wide, completely encircling conduit,
and place adjacent bands of two-color markings in contact, side by side.
63
2. Band Locations: At changes in direction, at penetrations of walls and floors, at
15-m maximum intervals in straight runs, and at 8-m maximum intervals in
congested areas.
3. Colors: As follows:
a. Telecommunication System: Green and yellow.
E. Tag and label circuits designated to be extended in the future. Identify source and
circuit numbers in each cabinet, pull and junction box, and outlet box. Color-coding may
be used for voltage and phase identification.
F. Install continuous underground plastic markers during trench backfilling, for exterior
underground power, control, signal, and communication lines located directly above
power and communication lines. Locate 150 to 200 mm below finished grade. If width of
multiple lines installed in a common trench or concrete envelope does not exceed 400
mm, overall, use a single line marker.
G. Color-code 208/120-V system secondary service, feeder, and branch-circuit
conductors throughout the secondary electrical system as follows:
1. Phase A: Black.
2. Phase B: Red.
3. Phase C: Blue.
H. Install warning, caution, and instruction signs where required to comply with 29 CFR,
Chapter XVII, Part 1910.145, and where needed to ensure safe operation and
maintenance of electrical systems and of items to which they connect. Install engraved
plastic-laminated instruction signs with approved legend where instructions are needed
for system or equipment operation. Install metal-backed butyrate signs for outdoor items.
I. Install engraved-laminated emergency-operating signs with white letters on red
background with minimum 9-mm-high lettering for emergency instructions on power
transfer, load shedding, and other emergency operations.
3.12 FIELD QUALITY CONTROL
A. Inspect installed components for damage and faulty work, including the following:
1. Raceways.
2. Building wire and connectors.
3. Supporting devices for electrical components.
4. Electrical identification.
5. Electricity-metering components.
6. Concrete bases.
7. Electrical demolition.
8. Cutting and patching for electrical construction.
9. Touchup painting.
64
B. Test Government's electricity-metering installation for proper operation, accuracy, and
usability of output data.
1. Connect a load of known kW rating, 1.5 kW minimum, to a circuit supplied by
the metered feeder.
2. Turn off circuits supplied by the metered feeder and secure them in the "off"
condition.
3. Run the test load continuously for eight hours, minimum, or longer to obtain a
measurable meter indication. Use a test load placement and setting that ensure
continuous, safe operation.
4. Check and record meter reading at end of test period and compare with actual
electricity used based on test load rating, duration of test, and sample
measurements of supply voltage at the test load connection. Record test results.
5. Repair or replace malfunctioning metering equipment or correct test setup; then
retest. Repeat for each meter in installation until proper operation of entire system
is verified.
3.13 REFINISHING AND TOUCHUP PAINTING
A. Refinish and touch up paint. Paint materials and application requirements are specified
in Division 9 Section "Painting."
1. Clean damaged and disturbed areas and apply primer, intermediate, and finish
coats to suit the degree of damage at each location.
2. Follow paint manufacturer's written instructions for surface preparation and for
timing and application of successive coats.
3. Repair damage to galvanized finishes with zinc-rich paint recommended by
manufacturer.
4. Repair damage to PVC or paint finishes with matching touchup coating
recommended by manufacturer.
END OF SECTION 16050
65
SECTION 16120 - CONDUCTORS AND CABLES
PART 1 - GENERAL
1.1 SUMMARY
A. This Section includes building wires and cables and associated connectors, splices,
and terminations for wiring systems rated 600 V and less.
B. Related Sections include the following:
1. Division 16700-series Sections for single-conductor and multiconductor cables,
cable splices, and terminations for electrical distribution systems with 2001 to
35,000 V.
1.2 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Qualification Data: For testing agency.
C. Field quality-control test reports.
1.3 QUALITY ASSURANCE
A. Testing Agency Qualifications: Testing agency as defined by OSHA in 29 CFR
1910.7 or a member company of the International Electrical Testing Association and that
is acceptable to authorities having jurisdiction.
1. Testing Agency's Field Supervisor: Person currently certified by the
International Electrical Testing Association or the National Institute for
Certification in Engineering Technologies to supervise on-site testing specified in
Part 3.
B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction,
and marked for intended use.
C. Comply with NFPA 70.
1. PROJECT CONDITIONS
A. Ambient Temperature: 0 to 40 degrees C.
B. Relative Humidity: 0 to 95% (non-condensing).
C. Altitude: Sea-level to 300 m.
D. Seismic Rating: Refer to Section 16071.
PART 2 - PRODUCTS
2.1 CONDUCTORS AND CABLES
66
A. Refer to Part 3 "Conductor and Insulation Applications" Article for insulation type,
cable construction, and ratings.
B. Conductor Insulation Types: Type THHN-THWN, XHHW, or XHHW-2 complying
with NEMA WC 70.
2.2 CONNECTORS AND SPLICES
A. Description: Factory-fabricated connectors and splices of size, ampacity rating,
material, type, and class for application and service indicated.
PART 3 - EXECUTION
3.1 CONDUCTOR AND INSULATION APPLICATIONS
A. Service Entrance: Type XHHW or XHHW-2 single conductors in raceway.
B. Exposed Feeders: Type THHN-THWN, single conductors in raceway.
C. Feeders Concealed in Ceilings, Walls, and Partitions: Type THHN-THWN, single
conductors in raceway.
D. Feeders Concealed in Concrete, below Slabs-on-Grade, and in Crawlspaces: Type
THHNTHWN, single conductors in raceway.
E. Exposed Branch Circuits, including in Crawlspaces: Type THHN-THWN, single
conductors in raceway.
F. Underground Feeders and Branch Circuits: Type THHN-THWN, single conductors in
raceway.
G. Cord Drops and Portable Appliance Connections: Type SO, hard service cord.
H. Neutral Conductor: Where a secondary distribution system requires a neutral
conductor, a full sized neutral conductor shall be used throughout the system, such that
that neutral conductor is
not shared with any other branch circuit or feeder. If the
secondary distribution system supports
computers or other equipment that
generates harmonics, double size neutrals shall be run from the subpanel boards feeding
this equipment back to the MDP or service entrance. Neutral buses shall be sized to
accommodate these conductors. Insulated equipment grounding conductors run with
branch circuits shall be installed such that that conductor is not shared with any other
branch circuit.
I. DLO Power Cable: Lead-free, resistant to sunlight, abrasion, ozone, oil and chemicals.
UL RHH/RHW-2 (2 KV) and a (UL) RW-90 (1KV), for operation in wet/dry locations at
90ºC. Suitable for use in cable tray. Single conductor flexible stranded cable with EPR
insulation and a heavy-duty CSPE jacket.
67
3.2 INSTALLATION
A. Conceal cables in conduit in finished walls, ceilings, and floors, unless otherwise
indicated.
B. Use manufacturer-approved pulling compound or lubricant where necessary;
compound used must not deteriorate conductor or insulation. Do not exceed
manufacturer's recommended maximum pulling tensions and sidewall pressure values.
C. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable
grips, that will not damage cables or raceway.
D. Install exposed cables parallel and perpendicular to surfaces of exposed structural
members, and follow surface contours where possible.
E. Support cables according to Division 16 Section "Basic Electrical Materials and
Methods."
F. Seal around cables penetrating fire-rated elements according to Division 7 Section
"Through-Penetration Firestop Systems."
G. Identify and color-code conductors and cables according to Division 16 Section
“Electrical Identification.”
H. Install outdoor underground feeders in concrete encased duct bank.
I. Each electronic equipment rack shall be fed by an individual circuit breaker protected
branch circuit.
3.3 CONNECTIONS
A. Tighten electrical connectors and terminals according to manufacturer's published
torque tightening values. If manufacturer's torque values are not indicated, use those
specified in UL 486A.
B. Make splices and taps that are compatible with conductor material and that possess
equivalent or better mechanical strength and insulation ratings than unspliced conductors.
1. Use oxide inhibitor in each splice and tap conductor for aluminum conductors.
C. Wiring at Outlets: Install conductor at each outlet, with at least 300 mm of slack.
3.4 FIELD QUALITY CONTROL
A. Testing: Perform the following field quality-control testing:
1. After installing conductors and cables and before electrical circuitry has been
energized, test for compliance with requirements.
68
2. Perform each electrical test and visual and mechanical inspection stated in
NETA ATS, Section 7.3.1. Certify compliance with test parameters.
B. Test Reports: Prepare a written report to record the following:
1. Test procedures used.
2. Test results that comply with requirements.
3. Test results that do not comply with requirements and corrective action taken to
achieve compliance with requirements.
END OF SECTION 16120
69
SECTION 2 - CONTRACT CLAUSES
FAR 52.204-13 CENTRAL CONTRACTOR REGISTRATION MAINTENANCE (DEC 2012),
is incorporated by reference.
FAR 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERICAL ITEMS (SEPT
2013), is incorporated by reference. (See SF-1449, block 27a).
The following FAR clause is provided in full text:
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—
Commercial Items (JAN 2014)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)
clauses, which are incorporated in this contract by reference, to implement provisions of law or
Executive orders applicable to acquisitions of commercial items:
(1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,
108-78).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the
Contracting Officer has indicated as being incorporated in this contract by reference to
implement provisions of law or Executive orders applicable to acquisitions of commercial items:
__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with
Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).
__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L.
110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).
__ (3) 52.203-15, Whistleblower Protections under the American Recovery and
Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts
funded by the American Recovery and Reinvestment Act of 2009.)
__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
(Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).
__ (5) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements
(Jul 2010) (Pub. L. 111-5).
__ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117,
section 743 of Div. C).
__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery
Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).
__ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101
note).
__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility
Matters (Jul 2013) (41 U.S.C. 2313).
__ (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
(May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L.
70
111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L.
110-161).
__ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011)
(15 U.S.C. 657a).
__ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business
Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)
(15 U.S.C. 657a).
__ (13) [Reserved]
__ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).
__ (ii) Alternate I (Nov 2011).
__ (iii) Alternate II (Nov 2011).
__ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003)
(15 U.S.C. 644).
__ (ii) Alternate I (Oct 1995) of 52.219-7.
__ (iii) Alternate II (Mar 2004) of 52.219-7.
__ (16) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2)
and (3)).
__ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jul 2013) (15 U.S.C. 637(d)(4)).
__ (ii) Alternate I (Oct 2001) of 52.219-9.
__ (iii) Alternate II (Oct 2001) of 52.219-9.
__ (iv) Alternate III (Jul 2010) of 52.219-9.
__ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)).
__ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).
__ (20) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C.
637(d)(4)(F)(i)).
__ (21)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged
Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it
shall so indicate in its offer).
__ (ii) Alternate I (June 2003) of 52.219-23.
__ (22) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged
Status and Reporting (Jul 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).
__ (23) 52.219-26, Small Disadvantaged Business Participation Program—
Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).
__ (24) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside
(Nov 2011) (15 U.S.C. 657 f).
__ (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013)
(15 U.S.C. 632(a)(2)).
__ (26) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned
Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)).
__ (27) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB)
Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)).
__ (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
__ (29) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2014)
(E.O. 13126).
__ (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
__ (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
71
__ (32) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212).
__ (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)
(29 U.S.C. 793).
__ (34) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212).
__ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations
Act (Dec 2010) (E.O. 13496).
__ (36) 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order
12989). (Not applicable to the acquisition of commercially available off-the-shelf items or
certain other types of commercial items as prescribed in 22.1803.)
__ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–
Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of
commercially available off-the-shelf items.)
__ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to
the acquisition of commercially available off-the-shelf items.)
___ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42
U.S.C. 8259b).
__ (39)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal
Computer Products (DEC 2007) (E.O. 13423).
__ (ii) Alternate I (DEC 2007) of 52.223-16.
_X_ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While
Driving (AUG 2011) (E.O. 13513).
__ (41) 52.225-1, Buy American Act—Supplies (Feb 2009) (41 U.S.C. 10a-10d).
__ (42)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act
(Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805
note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109169, 109-283, 110-138, 112-41, 112-42, and 112-43).
__ (ii) Alternate I (Mar 2012) of 52.225-3.
__ (iii) Alternate II (Mar 2012) of 52.225-3.
__ (iv) Alternate III (Nov 2012) of 52.225-3.
__ (43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301
note).
__ (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s,
proclamations, and statutes administered by the Office of Foreign Assets Control of the
Department of the Treasury).
__ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United
States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal
Year 2008; 10 U.S.C. 2302 Note).
__ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C.
5150).
__ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area
(Nov 2007) (42 U.S.C. 5150).
_X_ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)
(41 U.S.C. 255(f), 10 U.S.C. 2307(f)).
__ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995)
(41 U.S.C. 255(f), 10 U.S.C. 2307(f)).
72
__ (50) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management
(Jul 2013) (31 U.S.C. 3332).
_X_ (51) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award
Management (Jul 2013) (31 U.S.C. 3332).
__ (52) 52.232-36, Payment by Third Party (Jul 2013) (31 U.S.C. 3332).
__ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
__ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels
(Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).
__ (ii) Alternate I (Apr 2003) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to
commercial services, that the Contracting Officer has indicated as being incorporated in this
contract by reference to implement provisions of law or Executive orders applicable to
acquisitions of commercial items:
__ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).
__ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)
(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
__ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment
(Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
__ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment
(Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
__ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 351,
et seq.).
__ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for
Certain Services—Requirements (Feb 2009) (41 U.S.C. 351, et seq.).
__ (7) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495).
__ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009)
(Pub. L. 110-247).
__ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)).
(d) Comptroller General Examination of Record. The Contractor shall comply with the
provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in
excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit
and Records—Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the
Comptroller General, shall have access to and right to examine any of the Contractor’s directly
pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records,
materials, and other evidence for examination, audit, or reproduction, until 3 years after final
payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor
Records Retention, of the other clauses of this contract. If this contract is completely or partially
terminated, the records relating to the work terminated shall be made available for 3 years after
any resulting final termination settlement. Records relating to appeals under the disputes clause
or to litigation or the settlement of claims arising under or relating to this contract shall be made
available until such appeals, litigation, or claims are finally resolved.
73
(3) As used in this clause, records include books, documents, accounting procedures and
practices, and other data, regardless of type and regardless of form. This does not require the
Contractor to create or maintain any record that the Contractor does not maintain in the ordinary
course of business or pursuant to a provision of law.
(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of
this clause, the Contractor is not required to flow down any FAR clause, other than those in this
paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the
extent of the flow down shall be as required by the clause—
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110252, Title VI, Chapter 1 (41 U.S.C. 251 note)).
(ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2)
and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract
(except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction
of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that
offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow
down required in accordance with paragraph (l) of FAR clause 52.222-17.
(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)
(29 U.S.C. 793).
(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act
(Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause
52.222-40.
(viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).
(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C.
351, et seq.).
(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for
Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.).
(xii) 52.222-54, Employment Eligibility Verification (AUG 2013).
(xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United
States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal
Year 2008; 10 U.S.C. 2302 Note).
(xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009)
(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.2266.
(xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels
(Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance
with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items
a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
74
ADDENDUM TO CONTRACT CLAUSES
FAR AND DOSAR CLAUSES NOT PRESCRIBED IN PART 12
52.252-2
CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and
effect as if they were given in full text. Upon request, the Contracting Officer will make their full
text available. Also, the full text of a clause may be accessed electronically at:
http://www.acquisition.gov/far/ or http://farsite.hill.af.mil/vffara.htm
These addresses are subject to change. If the Federal Acquisition Regulation (FAR) is not
available at the locations indicated above, use the Department of State Acquisition Website at
http://www.statebuy.state.gov to see the links to the FAR. You may also use an internet “search
engine” (for example Google, Yahoo, Excite) to obtain the latest location of the most current
FAR.
The following Federal Acquisition Regulation (FAR) clauses are incorporated by reference:
CLAUSE
TITLE AND DATE
52.204-9
PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL
(JAN 2011)
52.204-12
DATA UNIVERSAL NUMBERING SYSTEM NUMBER MAINTENANCE
(DEC 2012)
52.204-13
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (JULY 2013)
52.225-14
INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION
OF CONTRACT (FEB 2000)
52.228-4
WORKER’S COMPENSATION AND WAR-HAZARD INSURANCE
OVERSEAS (APR 1984)
52.228-5
INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997)
52.229-6
FOREIGN FIXED PRICE CONTRACTS (FEB 2013)
52.232-39
UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUNE 2013)
75
The following FAR clauses are provided in full text:
52.232-19
AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)
Funds are not presently available for performance under this contract beyond September
30 of the current calendar year. The Government's obligation for performance of this contract
beyond that date is contingent upon the availability of appropriated funds from which payment
for contract purposes can be made. No legal liability on the part of the Government for any
payment may arise for performance under this contract beyond September 30 of the current
calendar year, until funds are made available to the Contracting Officer for performance and
until the Contractor receives notice of availability, to be confirmed in writing by the Contracting
Officer.
52.232-99
PROVIDING ACCELERATED PAYMENT
SUBCONTRACTORS (AUG 2012)
TO
SMALL
BUSINESS
This clause implements the temporary policy provided by OMB Policy Memorandum
M- 12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012.
(a)
Upon receipt of accelerated payments from the Government, the contractor is required to
make accelerated payments to small business subcontractors to the maximum extent
practicable after receipt of a proper invoice and all proper documentation from the small
business subcontractor.
(b)
Include the substance of this clause, including this paragraph (b), in all subcontracts with
small business concerns.
(c)
The acceleration of payments under this clause does not provide any new rights under the
Prompt Payment Act.
THE FOLLOWING DOSAR CLAUSES ARE PROVIDED IN FULL TEXT:
CONTRACTOR IDENTIFICATION (JULY 2008)
Contract performance may require contractor personnel to attend meetings with government
personnel and the public, work within government offices, and/or utilize government email.
Contractor personnel must take the following actions to identify themselves as non-federal
employees:
1) Use an email signature block that shows name, the office being supported and company
affiliation (e.g. “John Smith, Office of Human Resources, ACME Corporation Support
Contractor”);
2) Clearly identify themselves and their contractor affiliation in meetings;
76
3) Identify their contractor affiliation in Departmental e-mail and phone listings whenever
contractor personnel are included in those listings; and
4) Contractor personnel may not utilize Department of State logos or indicia on business
cards.
(End of clause)
652.232-70
PAYMENT SCHEDULE AND INVOICE SUBMISSION (FIXED-PRICE)
(AUG 1999)
(a)
General. The Government shall pay the contractor as full compensation for all
work required, performed, and accepted under this contract the firm fixed-price stated in this
contract.
(b)
Invoice Submission. The contractor shall submit invoices in an original and one
(1) copy to the office identified in Block 18b of the SF-1449. To constitute a proper invoice, the
invoice shall include all the items required by FAR 32.905(b).
Embajada Americana
RUC # 1791845986001
Calle Santa Ana y Av. José Rodríguez Bonín
Sector San Eduardo
Contract # TBD
Teléfono: 371-7000
Guayaquil, Ecuador
The contractor shall show Value Added Tax (VAT) as a separate item on invoices
submitted for payment.
(c)
Contractor Remittance Address. The Government will make payment to the
contractor’s address stated on the cover page of this contract, unless a separate remittance
address is shown below
_______________________________________________________________
_______________________________________________________________
_______________________________________________________________
652.237-72
(a)
OBSERVANCE OF LEGAL HOLIDAYS AND ADMINISTRATIVE LEAVE
(APR 2004)
The Department of State observes the following days as holidays:
New Year’s Day
Martin Luther King’s Birthday
Washington’s Birthday
Carnival
Holy Thursday and Friday
77
Memorial Day
Independence Day
Labor Day
Guayaquil Foundation and Independence Day
Columbus Day
Cuenca Independence Day
Veterans Day
Thanksgiving Day
Christmas Day
Any other day designated by Federal law, Executive Order, or Presidential
Proclamation.
(b)
When any such day falls on a Saturday or Sunday, the following Monday is
observed. Observance of such days by Government personnel shall not be cause for additional
period of performance or entitlement to compensation except as set forth in the contract. If the
contractor’s personnel work on a holiday, no form of holiday or other premium compensation
will be reimbursed either as a direct or indirect cost, unless authorized pursuant to an overtime
clause elsewhere in this contract.
(c)
When the Department of State grants administrative leave to its Government
employees, assigned contractor personnel in Government facilities shall also be dismissed.
However, the contractor agrees to continue to provide sufficient personnel to perform round-theclock requirements of critical tasks already in operation or scheduled, and shall be guided by the
instructions issued by the Contracting Officer or his/her duly authorized representative.
(d)
For fixed-price contracts, if services are not required or provided because the
building is closed due to inclement weather, unanticipated holidays declared by the President,
failure of Congress to appropriate funds, or similar reasons, deductions will be computed as
follows:
(1)
The deduction rate in dollars per day will be equal to the per month
contract price divided by 21 days per month.
(2)
The deduction rate in dollars per day will be multiplied by the number of
days services are not required or provided.
If services are provided for portions of days, appropriate adjustment will be made by the
Contracting Officer to ensure that the contractor is compensated for services provided.
(e) If administrative leave is granted to contractor personnel as a result of conditions
stipulated in any “Excusable Delays” clause of this contract, it will be without loss to the
contractor. The cost of salaries and wages to the contractor for the period of any such
excused absence shall be a reimbursable item of direct cost hereunder for employees
whose regular time is normally charged, and a reimbursable item of indirect cost for
78
employees whose time is normally charged indirectly in accordance with the contractor’s
accounting policy.
652.242-70
CONTRACTING OFFICER'S REPRESENTATIVE (COR) AUG 1999)
(a)
The Contracting Officer may designate in writing one or more Government
employees, by name or position title, to take action for the Contracting Officer under this
contract. Each designee shall be identified as a Contracting Officer’s Representative (COR).
Such designation(s) shall specify the scope and limitations of the authority so delegated;
provided, that the designee shall not change the terms or conditions of the contract, unless the
COR is a warranted Contracting Officer and this authority is delegated in the designation.
(b)
652.242-73
(a)
The COR for this contract is the Facilities Manager and/or Facilities Engineer.
AUTHORIZATION AND PERFORMANCE (AUG 1999)
The contractor warrants the following:
(1)
That is has obtained authorization to operate and do business in the
country or countries in which this contract will be performed;
(2)
this contract; and,
That is has obtained all necessary licenses and permits required to perform
(3)
That it shall comply fully with all laws, decrees, labor standards, and
regulations of said country or countries during the performance of this contract.
(b)
If the party actually performing the work will be a subcontractor or joint venture
partner, then such subcontractor or joint venture partner agrees to the requirements of paragraph
(a) of this clause.
79
SECTION 3 - SOLICITATION PROVISIONS
Instructions to Offeror. Each offer must consist of the following:
FAR 52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JULY 2013), IS
INCORPORATED BY REFERENCE. (SEE SF-1449, BLOCK 27A).
ADDENDUM TO 52.212-1
A.
Summary of Instructions. Each offer must consist of the following:
A.1. A completed solicitation, in which the SF-1449 cover page (blocks 12, 17, 19-24, and 30
as appropriate), and Section 1 has been filled out.
A.2. Information demonstrating the offeror’s/quoter’s ability to perform, including:
[Note to Contracting Officer: Revise, add to, or delete from the following list, as needed]
(1)
Name of a Project Manager (or other liaison to the U.S. Consulate) who
understands written and spoken English;
(2)
Evidence that the offeror/quoter operates an established business with a
permanent address and telephone listing;
(3)
List of clients over the past three (3) years, demonstrating prior experience with
relevant past performance information and references (provide dates of contracts, places
of performance, value of contracts, contact names, telephone and fax numbers and email
addresses). If the offeror has not performed comparable services in Ecuador then the
offeror shall provide its international experience. Offerors are advised that the past
performance information requested above may be discussed with the client’s contact
person. In addition, the client’s contact person may be asked to comment on the
offeror’s:





Quality of services provided under the contract;
Compliance with contract terms and conditions;
Effectiveness of management;
Willingness to cooperate with and assist the customer in routine matters, and
when confronted by unexpected difficulties; and
Business integrity / business conduct.
The Government will use past performance information primarily to assess an offeror’s
capability to meet the solicitation performance requirements, including the relevance and
successful performance of the offeror’s work experience. The Government may also use
this data to evaluate the credibility of the offeror’s proposal. In addition, the Contracting
Officer may use past performance information in making a determination of
responsibility.
80
(4)
Evidence that the offeror/quoter can provide the necessary personnel, equipment,
and financial resources needed to perform the work;
(5)
The offeror shall address its plan to obtain all licenses and permits required by
local law (see DOSAR 652.242-73 in Section 2). If offeror already possesses the locally
required licenses and permits, a copy shall be provided.
(6)
The offeror’s strategic plan for construction of concrete pad services to include
but not limited to:
(a) A work plan taking into account all work elements in Section 1, Performance
Work Statement.
(b) Identify types and quantities of equipment, supplies and materials required
for performance of services under this contract. Identify if the offeror
already possesses the listed items and their condition for suitability and if not
already possessed or inadequate for use how and when the items will be
obtained;
(c) Plan of ensuring quality of services including but not limited to contract
administration and oversight; and
(d) Copy of the Certificate of Insurance(s), or (2) a statement that the contractor
will get the required insurance, and the name of the insurance provider to be
used.
81
ADDENDUM TO SOLICITATION PROVISIONS
FAR AND DOSAR PROVISIONS NOT PRESCRIBED IN PART 12
52.252-1
SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB
1998)
This solicitation incorporates one or more solicitation provisions by reference, with the
same force and effect as if they were given in full text. Upon request, the Contracting Officer
will make their full text available. Also, the full text of a clause may be accessed electronically
at:
http://www.acquisition.gov/far/ or http://farsite.hill.af.mil/vffara.htm
These addresses are subject to change. IF the FAR is not available at the locations indicated
above, use of an internet “search engine” (for example Google, Yahoo, Excite) is suggested to
obtain the latest location of the most current FAR provisions.
The following Federal Acquisition Regulation solicitation provisions are incorporated by
reference:
PROVISION
TITLE AND DATE
52.204-7
SYSTEM FOR AWARD MANAGEMENT (JULY 2013)
52.214-34
SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991)
52.225-25
PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN
CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN—
REPRESENTATION AND CERTIFICATIONS (DEC 2012)
52.237-1
SITE VISIT (APR 1984)
The site visit will be held on Thursday, 28, 2014 starting at 10h00 (local time) at American
Consulate General located at Calle Santa Ana y Av. José Rodríguez Bonín, Sector San Eduardo.
Prospective
offerors/quoters
should
contact
Lilia
Banchón
by
e-mail
at
[email protected] or phone at (04) 371-7038 to confirm your attendance, for
additional information required, or to arrange entry to the building.
THE FOLLOWING DOSAR PROVISION(S) IS/ARE PROVIDED IN FULL TEXT:
652.206-70
COMPETITION ADVOCATE/OMBUDSMAN (AUG 1999) (DEVIATION)
(a) The Department of State’s Competition Advocate is responsible for assisting industry in
removing restrictive requirements from Department of State solicitations and removing
barriers to full and open competition and use of commercial items. If such a solicitation is
considered competitively restrictive or does not appear properly conducive to
82
competition and commercial practices, potential offerors are encouraged to first contact
the contracting office for the respective solicitation. If concerns remain unresolved,
contact the Department of State Competition Advocate on (703) 516-1696, by fax at
(703) 875-6155, or write to:
Competition Advocate
U.S. Department of State
A/OPE
SA-15, Room 1060
Washington, DC 20522-1510
(b) The Department of State’s Acquisition Ombudsman has been appointed to hear concerns
from potential offerors and contractors during the pre-award and post-award phases of
this acquisition. The role of the ombudsman is not to diminish the authority of the
Contracting Officer, the Technical Evaluation Panel or Source Evaluation Board, or the
selection official. The purpose of the ombudsman is to facilitate the communication of
concerns, issues, disagreements, and recommendations of interested parties to the
appropriate Government personnel, and work to resolve them. When requested and
appropriate, the ombudsman will maintain strict confidentiality as to the source of the
concern. The ombudsman does not participate in the evaluation of proposals, the source
selection process, or the adjudication of formal contract disputes. For an American
Embassy or overseas post, refer to the numbers below for the Department Acquisition
Ombudsman. Concerns, issues, disagreements, and recommendations which cannot be
resolved at a contracting activity level may be referred to the Department of State
Acquisition Ombudsman at (703) 516-1696, by fax at (703) 875-6155, or write to:
Department Acquisition Ombudsman
Acquisition Ombudsman
U.S. Department of State
A/OPE
SA-15, Room 1060
Washington, DC 20522-1510
83
SECTION 4 - EVALUATION FACTORS

Award will be made to the lowest priced, acceptable, responsible offeror. The quoter shall
submit a completed solicitation, including Sections 1 and 5.

The Government reserves the right to reject proposals that are unreasonably low or high in
price.

The lowest price will be determined by multiplying the offered prices times the estimated
quantities in “Prices - Continuation of SF-1449, block 23”, and arriving at a grand total,
including all options.

The Government will determine acceptability by assessing the offeror's compliance with the
terms of the RFQ to include the technical information required by Section 3.

The Government will determine contractor responsibility by analyzing whether the apparent
successful offeror complies with the requirements of FAR 9.1, including:






Adequate financial resources or the ability to obtain them;
Ability to comply with the required performance period, taking into consideration all
existing commercial and governmental business commitments;
Satisfactory record of integrity and business ethics;
Necessary organization, experience, and skills or the ability to obtain them;
Necessary equipment and facilities or the ability to obtain them; and
Be otherwise qualified and eligible to receive an award under applicable laws and
regulations.
84
SECTION 5 - REPRESENTATIONS AND CERTIFICATIONS
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL
ITEMS (NOV 2013)
An offeror shall complete only paragraph (b) of this provision if the offeror has completed the
annual representations and certifications electronically via http://www.acquisition.gov. If an
offeror has not completed the annual representations and certifications electronically at the
System for Award Management (SAM) website, the offeror shall complete only paragraphs (c)
through (o) of this provision.
(a) Definitions. As used in this provision—
“Economically disadvantaged women-owned small business (EDWOSB) concern” means a
small business concern that is at least 51 percent directly and unconditionally owned by, and the
management and daily business operations of which are controlled by, one or more women who
are citizens of the United States and who are economically disadvantaged in accordance with 13
CFR part 127. It automatically qualifies as a women-owned small business eligible under the
WOSB Program.
“Forced or indentured child labor” means all work or service—
(1) Exacted from any person under the age of 18 under the menace of any penalty for its
nonperformance and for which the worker does not offer himself voluntarily; or
(2) Performed by any person under the age of 18 pursuant to a contract the enforcement of
which can be accomplished by process or penalties.
“Inverted domestic corporation”, as used in this section, means a foreign incorporated entity
which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation
that used to be incorporated in the United States, or used to be a partnership in the United States,
but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is
incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in
accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation
as herein defined does not meet the definition of an inverted domestic corporation as defined by
the Internal Revenue Code at 26 U.S.C. 7874.
“Manufactured end product” means any end product in Federal Supply Classes (FSC) 10009999, except—
(1) FSC 5510, Lumber and Related Basic Wood Materials;
(2) Federal Supply Group (FSG) 87, Agricultural Supplies;
(3) FSG 88, Live Animals;
(4) FSG 89, Food and Related Consumables;
(5) FSC 9410, Crude Grades of Plant Materials;
(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) FSC 9610, Ores;
(9) FSC 9620, Minerals, Natural and Synthetic; and
(10) FSC 9630, Additive Metal Materials.
“Place of manufacture” means the place where an end product is assembled out of
components, or otherwise made or processed from raw materials into the finished product that is
to be provided to the Government. If a product is disassembled and reassembled, the place of
reassembly is not the place of manufacture.
85
“Restricted business operations” means business operations in Sudan that include power
production activities, mineral extraction activities, oil-related activities, or the production of
military equipment, as those terms are defined in the Sudan Accountability and Divestment Act
of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that
the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act
of 2007) conducting the business can demonstrate—
(1) Are conducted under contract directly and exclusively with the regional government of
southern Sudan;
(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets
Control in the Department of the Treasury, or are expressly exempted under Federal law from
the requirement to be conducted under such authorization;
(3) Consist of providing goods or services to marginalized populations of Sudan;
(4) Consist of providing goods or services to an internationally recognized peacekeeping
force or humanitarian organization;
(5) Consist of providing goods or services that are used only to promote health or
education; or
(6) Have been voluntarily suspended.
“Sensitive technology”—
(1) Means hardware, software, telecommunications equipment, or any other technology that
is to be used specifically—
(i) To restrict the free flow of unbiased information in Iran; or
(ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and
(2) Does not include information or informational materials the export of which the
President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the
International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)).
“Service-disabled veteran-owned small business concern”—
(1) Means a small business concern—
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans
or, in the case of any publicly owned business, not less than 51 percent of the stock of which is
owned by one or more service-disabled veterans; and
(ii) The management and daily business operations of which are controlled by one or
more service-disabled veterans or, in the case of a service-disabled veteran with permanent and
severe disability, the spouse or permanent caregiver of such veteran.
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a
disability that is service-connected, as defined in 38 U.S.C. 101(16).
“Small business concern” means a concern, including its affiliates, that is independently
owned and operated, not dominant in the field of operation in which it is bidding on Government
contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size
standards in this solicitation.
“Subsidiary” means an entity in which more than 50 percent of the entity is owned—
(1) Directly by a parent corporation; or
(2) Through another subsidiary of a parent corporation.
“Veteran-owned small business concern” means a small business concern—
(1) Not less than 51 percent of which is owned by one or more veterans (as defined at
38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the
stock of which is owned by one or more veterans; and
86
(2) The management and daily business operations of which are controlled by one or more
veterans.
“Women-owned business concern” means a concern which is at least 51 percent owned by
one or more women; or in the case of any publicly owned business, at least 51 percent of its
stock is owned by one or more women; and whose management and daily business operations
are controlled by one or more women.
“Women-owned small business concern” means a small business concern—
(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly
owned business, at least 51 percent of the stock of which is owned by one or more women; and
(2) Whose management and daily business operations are controlled by one or more
women.
“Women-owned small business (WOSB) concern eligible under the WOSB Program” (in
accordance with 13 CFR part 127), means a small business concern that is at least 51 percent
directly and unconditionally owned by, and the management and daily business operations of
which are controlled by, one or more women who are citizens of the United States.
(b)
(1) Annual Representations and Certifications. Any changes provided by the offeror in
paragraph (b)(2) of this provision do not automatically change the representations and
certifications posted on the SAM website.
(2) The offeror has completed the annual representations and certifications electronically
via the SAM website accessed through http://www.acquisition.gov. After reviewing the SAM
database information, the offeror verifies by submission of this offer that the representations and
certifications currently posted electronically at FAR 52.212-3, Offeror Representations and
Certifications—Commercial Items, have been entered or updated in the last 12 months, are
current, accurate, complete, and applicable to this solicitation (including the business size
standard applicable to the NAICS code referenced for this solicitation), as of the date of this
offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs
______________.
[Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the
offeror has completed for the purposes of this solicitation only, if any.
These amended representation(s) and/or certification(s) are also incorporated in this offer
and are current, accurate, and complete as of the date of this offer.
Any changes provided by the offeror are applicable to this solicitation only, and do not result
in an update to the representations and certifications posted electronically on SAM.]
(c) Offerors must complete the following representations when the resulting contract will be
performed in the United States or its outlying areas. Check all that apply.
(1) Small business concern. The offeror represents as part of its offer that it o is, o is not a
small business concern.
(2) Veteran-owned small business concern. [Complete only if the offeror represented itself
as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part
of its offer that it o is, o is not a veteran-owned small business concern.
(3) Service-disabled veteran-owned small business concern. [Complete only if the offeror
represented itself as a veteran-owned small business concern in paragraph (c)(2) of this
provision.] The offeror represents as part of its offer that it o is, o is not a service-disabled
veteran-owned small business concern.
87
(4) Small disadvantaged business concern. [Complete only if the offeror represented itself
as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for
general statistical purposes, that it o is, o is not a small disadvantaged business concern as
defined in 13 CFR 124.1002.
(5) Women-owned small business concern. [Complete only if the offeror represented itself
as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it
o is, o is not a women-owned small business concern.
(6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror
represented itself as a women-owned small business concern in paragraph (c)(5) of this
provision.] The offeror represents that—
(i) It o is,o is not a WOSB concern eligible under the WOSB Program, has provided all
the required documents to the WOSB Repository, and no change in circumstances or adverse
decisions have been issued that affects its eligibility; and
(ii) It o is, o is not a joint venture that complies with the requirements of 13 CFR part
127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB
concern eligible under the WOSB Program participating in the joint venture. [The offeror shall
enter the name or names of the WOSB concern eligible under the WOSB Program and other
small businesses that are participating in the joint venture: __________.] Each WOSB concern
eligible under the WOSB Program participating in the joint venture shall submit a separate
signed copy of the WOSB representation.
(7) Economically disadvantaged women-owned small business (EDWOSB) concern.
[Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB
Program in (c)(6) of this provision.] The offeror represents that—
(i) It o is, o is not an EDWOSB concern, has provided all the required documents to the
WOSB Repository, and no change in circumstances or adverse decisions have been issued that
affects its eligibility; and
(ii) It o is, o is not a joint venture that complies with the requirements of 13 CFR part
127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB
concern participating in the joint venture. [The offeror shall enter the name or names of the
EDWOSB concern and other small businesses that are participating in the joint venture:
__________.] Each EDWOSB concern participating in the joint venture shall submit a separate
signed copy of the EDWOSB representation.
Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the
simplified acquisition threshold.
(8) Women-owned business concern (other than small business concern). [Complete only if
the offeror is a women-owned business concern and did not represent itself as a small business
concern in paragraph (c)(1) of this provision.] The offeror represents that it o is a women-owned
business concern.
(9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small
business offerors may identify the labor surplus areas in which costs to be incurred on account of
manufacturing or production (by offeror or first-tier subcontractors) amount to more than
50 percent of the contract price:____________________________________
(10) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of
Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25,
Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting,
and the offeror desires a benefit based on its disadvantaged status.]
88
(i) General. The offeror represents that either—
(A) It o is, o is not certified by the Small Business Administration as a small
disadvantaged business concern and identified, on the date of this representation, as a certified
small disadvantaged business concern in the SAM Dynamic Small Business Search database
maintained by the Small Business Administration, and that no material change in disadvantaged
ownership and control has occurred since its certification, and, where the concern is owned by
one or more individuals claiming disadvantaged status, the net worth of each individual upon
whom the certification is based does not exceed $750,000 after taking into account the
applicable exclusions set forth at 13 CFR 124.104(c)(2); or
(B) It o has, o has not submitted a completed application to the Small Business
Administration or a Private Certifier to be certified as a small disadvantaged business concern in
accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that
no material change in disadvantaged ownership and control has occurred since its application
was submitted.
(ii) o Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged
Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that
complies with the requirements in 13 CFR 124.1002(f) and that the representation in
paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern
that is participating in the joint venture. [The offeror shall enter the name of the small
disadvantaged business concern that is participating in the joint venture: ________________.]
(11) HUBZone small business concern. [Complete only if the offeror represented itself as a
small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of
its offer, that—
(i) It o is, o is not a HUBZone small business concern listed, on the date of this
representation, on the List of Qualified HUBZone Small Business Concerns maintained by the
Small Business Administration, and no material changes in ownership and control, principal
office, or HUBZone employee percentage have occurred since it was certified in accordance
with 13 CFR Part 126; and
(ii) It o is, o is not a HUBZone joint venture that complies with the requirements of 13
CFR Part 126, and the representation in paragraph (c)(11)(i) of this provision is accurate for each
HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall
enter the names of each of the HUBZone small business concerns participating in the HUBZone
joint venture: __________.] Each HUBZone small business concern participating in the
HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.
(d) Representations required to implement provisions of Executive Order 11246—
(1) Previous contracts and compliance. The offeror represents that—
(i) It o has, o has not participated in a previous contract or subcontract subject to the
Equal Opportunity clause of this solicitation; and
(ii) It o has, o has not filed all required compliance reports.
(2) Affirmative Action Compliance. The offeror represents that—
(i) It o has developed and has on file, o has not developed and does not have on file, at
each establishment, affirmative action programs required by rules and regulations of the
Secretary of Labor (41 cfr parts 60-1 and 60-2), or
(ii) It o has not previously had contracts subject to the written affirmative action
programs requirement of the rules and regulations of the Secretary of Labor.
89
(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352).
(Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the
offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have
been paid or will be paid to any person for influencing or attempting to influence an officer or
employee of any agency, a Member of Congress, an officer or employee of Congress or an
employee of a Member of Congress on his or her behalf in connection with the award of any
resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a
lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete
and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to
provide the name of the registrants. The offeror need not report regularly employed officers or
employees of the offeror to whom payments of reasonable compensation were made.
(f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation
(FAR) 52.225-1, Buy American Act—Supplies, is included in this solicitation.)
(1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this
provision, is a domestic end product and that for other than COTS items, the offeror has
considered components of unknown origin to have been mined, produced, or manufactured
outside the United States. The offeror shall list as foreign end products those end products
manufactured in the United States that do not qualify as domestic end products, i.e., an end
product that is not a COTS item and does not meet the component test in paragraph (2) of the
definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS)
item” “component,” “domestic end product,” “end product,” “foreign end product,” and “United
States” are defined in the clause of this solicitation entitled “Buy American Act—Supplies.”
(2) Foreign End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(3) The Government will evaluate offers in accordance with the policies and procedures of
FAR Part 25.
(g)(1) Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate. (Applies
only if the clause at FAR 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade
Act, is included in this solicitation.)
(i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii)
or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the
offeror has considered components of unknown origin to have been mined, produced, or
manufactured outside the United States. The terms “Bahrainian, Moroccan, Omani, Panamanian,
or Peruvian end product,” “commercially available off-the-shelf (COTS) item,” “component,”
“domestic end product,” “end product,” “foreign end product,” “Free Trade Agreement country,”
“Free Trade Agreement country end product,” “Israeli end product,” and “United States” are
defined in the clause of this solicitation entitled “Buy American Act—Free Trade Agreements–
Israeli Trade Act.”
90
(ii) The offeror certifies that the following supplies are Free Trade Agreement country
end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products)
or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act—
Free Trade Agreements—Israeli Trade Act”:
Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani,
Panamanian, or Peruvian End Products) or Israeli End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(iii) The offeror shall list those supplies that are foreign end products (other than those
listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled
“Buy American Act—Free Trade Agreements—Israeli Trade Act.” The offeror shall list as other
foreign end products those end products manufactured in the United States that do not qualify as
domestic end products, i.e., an end product that is not a COTS item and does not meet the
component test in paragraph (2) of the definition of “domestic end product.”
Other Foreign End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(iv) The Government will evaluate offers in accordance with the policies and procedures
of FAR Part 25.
(2) Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate, Alternate I.
If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the
following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as
defined in the clause of this solicitation entitled “Buy American Act—Free Trade
Agreements—Israeli Trade Act”:
Canadian End Products:
Line Item No.
_______________________________________
_______________________________________
_______________________________________
[List as necessary]
91
(3) Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate, Alternate II.
If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the
following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or
Israeli end products as defined in the clause of this solicitation entitled “Buy American
Act—Free Trade Agreements—Israeli Trade Act”:
Canadian or Israeli End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(4) Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate, Alternate
III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the
following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement
country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or
Peruvian end products) or Israeli end products as defined in the clause of this solicitation
entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act”:
Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan,
Omani, Panamanian, or Peruvian End Products) or Israeli End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade
Agreements, is included in this solicitation.)
(i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii)
of this provision, is a U.S.-made or designated country end product, as defined in the clause of
this solicitation entitled “Trade Agreements.”
(ii) The offeror shall list as other end products those end products that are not U.S.-made
or designated country end products.
Other End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
92
(iii) The Government will evaluate offers in accordance with the policies and procedures
of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers
of U.S.-made or designated country end products without regard to the restrictions of the Buy
American Act. The Government will consider for award only offers of U.S.-made or designated
country end products unless the Contracting Officer determines that there are no offers for such
products or that the offers for such products are insufficient to fulfill the requirements of the
solicitation.
(h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if
the contract value is expected to exceed the simplified acquisition threshold.) The offeror
certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals—
(1) o Are, o are not presently debarred, suspended, proposed for debarment, or declared
ineligible for the award of contracts by any Federal agency;
(2) o Have, o have not, within a three-year period preceding this offer, been convicted of or
had a civil judgment rendered against them for: commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a Federal, state or local
government contract or subcontract; violation of Federal or state antitrust statutes relating to the
submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, tax evasion, violating Federal criminal tax laws,
or receiving stolen property;
(3) o Are, o are not presently indicted for, or otherwise criminally or civilly charged by a
Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of
this clause; and
(4) o Have, o have not, within a three-year period preceding this offer, been notified of any
delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains
unsatisfied.
(i) Taxes are considered delinquent if both of the following criteria apply:
(A) The tax liability is finally determined. The liability is finally determined if it has
been assessed. A liability is not finally determined if there is a pending administrative or judicial
challenge. In the case of a judicial challenge to the liability, the liability is not finally determined
until all judicial appeal rights have been exhausted.
(B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the
taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is
not delinquent in cases where enforced collection action is precluded.
(ii) Examples.
(A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212,
which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a
delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review,
this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.
(B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax
liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to
request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal
to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the
taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior
opportunity to contest the liability. This is not a delinquent tax because it is not a final tax
liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the
taxpayer has exercised all judicial appeal rights.
93
(C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159.
The taxpayer is making timely payments and is in full compliance with the agreement terms. The
taxpayer is not delinquent because the taxpayer is not currently required to make full payment.
(D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent
because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code).
(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive
Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being
acquired under this solicitation that are included in the List of Products Requiring Contractor
Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).]
(1) Listed end products.
Listed Countries of
Listed End Product
Origin
___________________ ___________________
___________________ ___________________
(2) Certification. [If the Contracting Officer has identified end products and countries of
origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or
(i)(2)(ii) by checking the appropriate block.]
[ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this
provision that was mined, produced, or manufactured in the corresponding country as listed for
that product.
[ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision
that was mined, produced, or manufactured in the corresponding country as listed for that
product. The offeror certifies that it has made a good faith effort to determine whether forced or
indentured child labor was used to mine, produce, or manufacture any such end product
furnished under this contract. On the basis of those efforts, the offeror certifies that it is not
aware of any such use of child labor.
(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the
acquisition of manufactured end products.) For statistical purposes only, the offeror shall
indicate whether the place of manufacture of the end products it expects to provide in response to
this solicitation is predominantly—
(1) o In the United States (Check this box if the total anticipated price of offered end
products manufactured in the United States exceeds the total anticipated price of offered end
products manufactured outside the United States); or
(2) o Outside the United States.
(k) Certificates regarding exemptions from the application of the Service Contract Act.
(Certification by the offeror as to its compliance with respect to the contract also constitutes its
certification as to compliance by its subcontractor if it subcontracts out the exempt services.)
[The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.]
[ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR
22.1003-4(c)(1). The offeror o does o does not certify that—
(i) The items of equipment to be serviced under this contract are used regularly for other
than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of
an exempt subcontract) in substantial quantities to the general public in the course of normal
business operations;
94
(ii) The services will be furnished at prices which are, or are based on, established
catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair
of such equipment; and
(iii) The compensation (wage and fringe benefits) plan for all service employees
performing work under the contract will be the same as that used for these employees and
equivalent employees servicing the same equipment of commercial customers.
[ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror o does o does not
certify that—
(i) The services under the contract are offered and sold regularly to non-Governmental
customers, and are provided by the offeror (or subcontractor in the case of an exempt
subcontract) to the general public in substantial quantities in the course of normal business
operations;
(ii) The contract services will be furnished at prices that are, or are based on, established
catalog or market prices (see FAR 22.1003-4(d)(2)(iii));
(iii) Each service employee who will perform the services under the contract will spend
only a small portion of his or her time (a monthly average of less than 20 percent of the available
hours on an annualized basis, or less than 20 percent of available hours during the contract
period if the contract period is less than a month) servicing the Government contract; and
(iv) The compensation (wage and fringe benefits) plan for all service employees
performing work under the contract is the same as that used for these employees and equivalent
employees servicing commercial customers.
(3) If paragraph (k)(1) or (k)(2) of this clause applies—
(i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the
Contracting Officer did not attach a Service Contract Act wage determination to the solicitation,
the offeror shall notify the Contracting Officer as soon as possible; and
(ii) The Contracting Officer may not make an award to the offeror if the offeror fails to
execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting
Officer as required in paragraph (k)(3)(i) of this clause.
(l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if
the offeror is required to provide this information to the SAM database to be eligible for award.)
(1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of
this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d),
reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations
issued by the Internal Revenue Service (IRS).
(2) The TIN may be used by the Government to collect and report on any delinquent
amounts arising out of the offeror’s relationship with the Government (31 U.S.C. 7701(c)(3)). If
the resulting contract is subject to the payment reporting requirements described in FAR 4.904,
the TIN provided hereunder may be matched with IRS records to verify the accuracy of the
offeror’s TIN.
(3) Taxpayer Identification Number (TIN).
o TIN: ________________________________.
o TIN has been applied for.
o TIN is not required because:
o Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not
have income effectively connected with the conduct of a trade or business in the United States
and does not have an office or place of business or a fiscal paying agent in the United States;
95
o Offeror is an agency or instrumentality of a foreign government;
o Offeror is an agency or instrumentality of the Federal Government.
(4) Type of organization.
o Sole proprietorship;
o Partnership;
o Corporate entity (not tax-exempt);
o Corporate entity (tax-exempt);
o Government entity (Federal, State, or local);
o Foreign government;
o International organization per 26 CFR 1.6049-4;
o Other ________________________________.
(5) Common parent.
o Offeror is not owned or controlled by a common parent;
o Name and TIN of common parent:
Name ________________________________.
TIN _________________________________.
(m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies
that the offeror does not conduct any restricted business operations in Sudan.
(n) Prohibition on Contracting with Inverted Domestic Corporations.
(1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined
does not meet the definition of an inverted domestic corporation as defined by the Internal
Revenue Code 25 U.S.C. 7874.
(2) Representation. By submission of its offer, the offeror represents that—
(i) It is not an inverted domestic corporation; and
(ii) It is not a subsidiary of an inverted domestic corporation.
(o) Prohibition on contracting with entities engaging in certain activities or transactions
relating to Iran.
(1) The offeror shall e-mail questions concerning sensitive technology to the Department of
State at [email protected].
(2) Representation and Certifications. Unless a waiver is granted or an exception applies as
provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror—
(i) Represents, to the best of its knowledge and belief, that the offeror does not export any
sensitive technology to the government of Iran or any entities or individuals owned or controlled
by, or acting on behalf or at the direction of, the government of Iran;
(ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not
engage in any activities for which sanctions may be imposed under section 5 of the Iran
Sanctions Act; and
(iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not
knowingly engage in any transaction that exceeds $3,000 with Iran's Revolutionary Guard Corps
or any of its officials, agents, or affiliates, the property and interests in property of which are
blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.)
(see OFAC's Specially Designated Nationals and Blocked Persons List at
http://www.treasury.gov/ofac/downloads/t11sdn.pdf).
(3) The representation and certification requirements of paragraph (o)(2) of this provision
do not apply if—
96
(i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a
comparable agency provision); and
(ii) The offeror has certified that all the offered products to be supplied are designated
country end products.
(End of provision)
97