Free Administrative Record - District Court of Federal Claims - federal


File Size: 833.4 kB
Pages: 154
Date: April 25, 2008
File Format: PDF
State: federal
Category: District
Author: unknown
Word Count: 10,440 Words, 65,543 Characters
Page Size: Letter (8 1/2" x 11")
URL

https://www.findforms.com/pdf_files/cofc/23185/10-20.pdf

Download Administrative Record - District Court of Federal Claims ( 833.4 kB)


Preview Administrative Record - District Court of Federal Claims
Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email from Page dated Apr 07 08 1:09:00 PM Filed 04/25/2008 Clayton 1 of 154 Amendment

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO.
W38XGR73303790

1. CONTRACT ID CODE

PAGE OF PAGES

J

1

57

5. PROJECT NO.(If applicable)

U0005
6. ISSUED BY
US ARMY ENGINEER DISTRICT, MEMPHIS 167 N MAIN STREET B202 MEMPHIS TN 38103-1894

07-Apr-2008
CODE

W912EQ

7. ADMINISTERED BY (If other than item 6)

CODE

See Item 6

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code)

X 9A. AMENDMENT OF SOLICITATION NO. W912EQ-08-B-0001 X 9B. DATED (SEE ITEM 11) 17-Jan-2008 10A. MOD. OF CONTRACT/ORDER NO. 10B. DATED (SEE ITEM 13)

CODE

FACILITY CODE 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
X is extended, is not extended.

X The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer

Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods: copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; (a) By completing Items 8 and 15, and returning 1 or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(B). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor is not, is required to sign this document and return copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

This solicitation W912EQ-08-B-0001 is for Lease of one Cutterhead Hydraulic Pipeline Dredge, fully operated with attendant plant for Dredging of the Mississippi River, existing harbors and new construction of North West Tennessee Harbor in the Memphis District scheduled to open 11 March 2008 at 2:00 PM, is amended as follows. This amendment No. 0005 re-establishes the solicitation and new bid opening to 18 April 2008 at 2:00 PM and includes the attached Summary of Changes.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE OF SIGNER (Type or print)

16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
TEL: EMAIL:

15B. CONTRACTOR/OFFEROR (Signature of person authorized to sign) EXCEPTION TO SF 30 APPROVED BY OIRM 11-84

15C. DATE SIGNED

16B. UNITED STATES OF AMERICA BY (Signature of Contracting Officer)

16C. DATE SIGNED

30-105-04

STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 757

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email from Page dated Apr 07 08 1:09:00 PM Filed 04/25/2008 Clayton 2 of 154 Amendment
W912EQ-08-B-0001 Page 2 of 57

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION 00010 - SOLICITATION CONTRACT FORM

The following have been added by full text:

This solicitation W912EQ-08-B-0001 is for Lease of one Cutterhead Hydraulic Pipeline Dredge, fully operated with attendant plant for Dredging of the Mississippi River, existing harbors and new construction of North West Tennessee Harbor in the Memphis District scheduled to open 11 March 2008 at 2:00 PM, is amended as follows: This amendant No. 0005 re-establishes the solicitation and new bid opening to 18 April 2008 at 2:00 PM and includes the following attached Summary of Changes. 1. Section 00010 - The portion of work for new construction of the North West Tennessee Harbor Bid Item 0001 or 0006 at river mile LMR 899.0 has been changed from an hourly basis to a cubic yard basis. 2. Section 00800 ­ Has been deleted in it's entirety and replaced with two sections - Section 00800A for the Maintenance Dredging (Hourly) and Section 00800B for New Construction Dredging (Yardage) 3. Section 00900 ­ Wage Determinations KY080050, and MS080034 are deleted and replaced with determinations KY080048 and MS080024. 4. Section 02482 ­ Has been deleted in it's entirety and replaced with two sections ­ Section 02482A for the Maintenance Dredging (Hourly) and Section 02482B for New Construction Dredging (Yardage) 5. The drawings issued with the original solicitation for construction of the North West Tennessee harbor are deleted and replaced with drawings issued with Amendment 0005 dated 4-7-08. The drawings that changed are Maps and Index 001A, Dredge Cut & Pipe Row 003A, Dredge Cut Centerline Coordinates 004A, Dredging Options 005A, Construction Cross Sections 006A, and replaced as part of Amendment 0005 show the work areas for line items 0001AA, 0006AA from station 00+00 to station 80+00; 0001AB, 0006AB from station 80+00 to 85+00; 0001AC, 0006AC from station 85+00 to end of Harbor. End of Summary of Changes

758

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email from Page dated Apr 07 08 1:09:00 PM Filed 04/25/2008 Clayton 3 of 154 Amendment
W912EQ-08-B-0001 Page 3 of 57

Section 00010 - SOLICITATION CONTRACT FORM

LOT 1 27-INCH DREDGE BID ITEMS 0001 THRU 0005

ITEM NO 0001

SUPPLIES/SERVICES New construction dredging of the Northwest Tenn. Harbor at mile LMR 899.0. Yardage contract for one fully operated hydraulic dredge with 27-inch ID pump discharge, booster pump if needed and attendant dredge plant including pipeline

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0001AA

First 669,551 Yards

669,551

Cubic Yard

________________

____________________

0001AB

146,140 Yards

146,140

Cubic Yard

________________

____________________

0001AC

Next 131,529 Yards

131,529

Cubic Yard

________________

___________________

0001AD

Stand by time for dredge and attendant plant

75

Hours ________________ ____________________

0002

Maintenance Dredging Rental of one fully operated hydraulic dredge with 27-inch ID pump discharge and attendant dredge plant including pipeline

759

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email from Page dated Apr 07 08 1:09:00 PM Filed 04/25/2008 Clayton 4 of 154 Amendment
W912EQ-08-B-0001 Page 4 of 57

0002AA

First 1,384.5 hours

1,384.50

Hours

________________

____________________

0002AB

All over 1384.5 hours

692

Hours

________________

____________________

0003

Upstream Towing of Dredge and attendant plant.

0003AA

First 200 miles

200

Miles

________________

____________________

0003AB

All over 200 miles

200

Miles

________________

____________________

0004

Downstream Towing of dredge and plant

0004AA

First 200 miles

200

Miles

________________

____________________

0004AB

All over 200 miles

200

Miles

________________

____________________

0005

Mobilization and demobilization

1

Lump Sum ____________________

LOT 1 27-INCH DREDGE TOTAL BID ITEMS 0001 THRU 0005 ____________________

760

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email from Page dated Apr 07 08 1:09:00 PM Filed 04/25/2008 Clayton 5 of 154 Amendment
W912EQ-08-B-0001 Page 5 of 57 LOT 2 29-INCH DREDGE BID ITEMS 0006 THRU 0010

ITEM NO 0006

SUPPLIES/SERVICES New Construction dredging of the Northwest Tenn. Harbor at mile LMR 899.0. Yardage contract for one fully operated hydraulic dredge with 29-inch ID pump discharge, booster pump if needed and attendant dredge plant including pipeline

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0006AA

First 669,551 Yards

669,551

Cubic Yard

________________

____________________

0006AB

Next 146,140 Yards

146,140

Cubic Yard

________________

____________________

0006AC

Next 131,529 Yards

131,529

Cubic Yard

________________

____________________

0006AD

Stand by time for dredge and attendant plant

75

Hours ________________ ____________________

0007

Maintenance Dredging Rental of one fully operated hydraulic dredge with 29-inch ID pump discharge and attendant dredge plant including pipeline.

761

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email from Page dated Apr 07 08 1:09:00 PM Filed 04/25/2008 Clayton 6 of 154 Amendment
W912EQ-08-B-0001 Page 6 of 57

0007AA

First 1,200 hours

1,200

Hours

________________

____________________

0007AB

All over 1,200 hours

600

Hours

________________

____________________

0008

Upstream Towing of dredge and attendant plant

0008AA

First 200 Miles

200

Miles

________________

____________________

0008AB

All over 200 miles

200

Miles

________________

____________________

0009

Downstream Towing of dredge and attendant plant

0009AA

First 200 miles

200

Miles

________________

____________________

0009AB

All over 200 miles

200

Miles

________________

____________________

0010

Mobilization and Demobilization

1

Lump Sum ____________________

LOT 2 29-INCH DREDGE TOTAL BID ITEMS 0006 THRU 0010 _____________________

762

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email from Page dated Apr 07 08 1:09:00 PM Filed 04/25/2008 Clayton 7 of 154 Amendment
W912EQ-08-B-0001 Page 7 of 57

SECTION 00800A MAINTENANCE (HOURLY) SPECIAL CONTRACT REQUIREMENTS TABLE OF CONTENTS Paragraph No. SP.1 SP.2 SP.3 SP.4 SP.5 SP.6 SP.7 SP.8 SP.9 SP.10 SP.11 SP.12 SP.13 SP.14 SP.15 SP.16 SP.17 SP.18 SP.19 Paragraph Title Delivery, Prosecution and Completion of Work Physical Data Inspection Misplaced Material Signal Lights Plant Crew Office Accommodations Meals for Inspectors Layout of Work General Safety Requirements Working in the Vicinity of Structures And Utility Crossings Outboard Boats Fuel Consumption Reporting Requirements Performance Evaluation of the Contractor Project and Daily Production Reports Continuity of Work Payments ­ Designated Billing Office Contracting Officer Signature

763

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email from Page dated Apr 07 08 1:09:00 PM Filed 04/25/2008 Clayton 8 of 154 Amendment
W912EQ-08-B-0001 Page 8 of 57

SECTION 00800A MAINTENANCE (HOURLY) NON-REGULATED SPECIAL CONTRACT REQUIREMENTS

SP.1 DELIVERY, PROSECUTION AND COMPLETION OF WORK a. The Contractor is required to commence work under this contract within 10 calendar days after receipt of Notice to Proceed, to prosecute the work diligently, and to complete all work not later than 31 December 2008. The contract work period is expected to run from April through December. At the option of the Government, this contract, with all its terms and provisions, may be extended for such period and as often as the Government may elect, to permit continuous use of said plant or equipment, not extending beyond 31 December 2008. After that date the contract may be extended only by mutual agreement of the Contractor and the Government, not extending beyond May 31, 2009. b. The Contractor shall deliver the dredge and attendant plant ready for operation in the vicinity of McKellar Lake Harbor, Memphis, TN (Mile 725 AHP), or to any other work site as may be directed. If delivery is required to a point that requires further towing from the location of the dredge just prior to beginning work under this contract, the Contractor will be paid for the distance between the first work site and Mile 725 AHP at the applicable contract unit price for towing. If delivery is required to a point that requires less towing, the distance between the first work site and Mile 725 AHP will be multiplied by the applicable contract unit price for towing and this amount will be deducted from the Contractor's earnings. The plant will be inspected and the Contractor notified of acceptance or rejection of the plant within 24 hours after delivery of plant to the Contracting Officer. c. A pre-work conference will be held prior to commencement of work. The time and place of conference will be determined by mutual agreement between the Contracting Officer or his designated representative and the Contractor. d. The Contractor shall prosecute the work assigned him to meet the schedule of dredging operations as determined by the Contracting Officer. The work will be conducted on a 7 days per week, 24 hours per day basis. e. Upon completion of the contract, the dredge and attendant plant will be released to the Contractor at McKellar Lake Harbor, Memphis, TN. SP.2 PHYSICAL DATA a. Floating plant can reach the sites of work via the Mississippi River. Obtaining access through private lands to landings near the sites of work for land transportation is the responsibility of the Contractor.

764

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email from Page dated Apr 07 08 1:09:00 PM Filed 04/25/2008 Clayton 9 of 154 Amendment
W912EQ-08-B-0001 Page 9 of 57

b. The material to be dredged will consist of sand, gravel, silt, mud and clay; and in certain locations, stumps, roots, logs, riprap and/or pile or stone dikes and miscellaneous debris may be encountered. The dredge must be equipped with suitable pump impellers and cutters to efficiently handle these varying materials. c. The work required consists of making or enlarging dredge cuts, construction of fills, construction of new harbor channels and dredging in various channels and harbors. The currents may vary from zero to fifteen feet per second. d. The dredging operations contemplated are not all in or near cities. Floating plant may be necessary for the housing or boarding of the labor employed by the Contractor. e. During the contract period, the Contractor may receive requests for dredging from private interests and local governments. Provided the work can be accomplished without detriment to the work for which the dredge is being leased, and subject to the prior approval of the Contracting Officer in each instance, the Contractor, upon request, may be temporarily released from this contract to perform dredging for others. In temporarily releasing the Contractor to perform work for others, the Government does not assume any responsibility for the work performed, or for the collection of any amounts earned by the Contractor. d. Disposal areas will be furnished by the Government. Material shall be discharged into the river or be retained in disposal areas by retaining dikes and box-type spillways as directed. The Contractor shall use normal caution in pipeline operations when discharging in dike areas to prevent washing and failure of retaining dikes, and shall maintain a watch on the spillways and keep the spill boxes free of debris. Polyethylene may be required on dike slopes during dredging operations to protect the retaining dikes. If so, the polyethylene will be furnished by others. The Contractor shall place the polyethylene on the dikes, when needed. SP.3 INSPECTION The presence of inspectors shall not relieve Contractor of responsibility for the proper execution of the work in accordance with the specifications. The Contractor shall furnish the use of boats, crew, and material forming a part of the ordinary and usual equipment and crew of the dredge plant, as may be reasonably necessary in inspecting and supervising the work. The Contractor shall furnish suitable transportation to and from the various pieces of plant, and to and from the disposal areas from all points on shore in the vicinity of the work. If the Contractor refuses, neglects, or delays compliance with these requirements, the specific facilities may be furnished by the Government, and the cost thereof will be deducted from the Contractor's earnings. SP.4 MISPLACED MATERIAL Should the Contractor, during the progress of the work, lose, dump, throw overboard, sink, or misplace any material, plant, machinery, or appliance, which in the opinion of the Contracting Officer may be dangerous to or obstruct navigation, the Contractor shall recover and remove the same with the utmost dispatch. The Contractor shall give immediate notice, with

765

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 10 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 10 of 57

description and location of such obstructions, to the Contracting Officer or inspector, and when required shall mark or buoy such obstructions until the same are removed. Should the Contractor refuse, neglect, or delay compliance with the above requirements, such obstructions may be removed by the Contracting Officer, and the cost of such removal may be deducted from any money due or to become due the Contractor, or may be recovered under his bond. The liability of the Contractor for the removal of a vessel wrecked or sunk without fault or negligence shall be that provided in Sections 15, 19 and 20 of the River and Harbor Act of March 3, 1899. (33 U.S.C. 410 et seq.). SP.5 SIGNAL LIGHTS The Contractor shall display signal lights and conduct his operations in accordance with the General Regulations of the Department of the Army and of the Coast Guard governing lights and day signals as approved by the Secretary of the Army (33 C.F.R. 201.1 - 201.16 and the Commandant, U.S. Coast Guard per Instruction M16672.2, Navigation Rules: International Inland (COMDTINST M16672.2), or 33 CFR 81 Appendix A (International) and 33 CFR 84 through 33 CFR 89 (Inland) as applicable. SP.6 PLANT a. General. The Contractor agrees to place plant on the job meeting the requirements herein specified. The plant shall be in satisfactory operating condition and capable of safely and efficiently performing the work specified. The plant shall be subject to inspection of the Contracting Officer at all times. Award of this contract shall not be construed as an agreement on the part of the Government that plant listed by the Contractor in his bid is adequate for the performance of the work. The measure of the "capacity of the plant" shall be its actual performance on the work to which these specifications apply. b. Performance of Plant. By submitting a bid, the Contractor is giving assurance that the dredging plant furnished shall perform efficiently under the conditions described in these specifications. Government inspectors shall verify that the specified minimum requirements are met during performance of the contract by the contractor's before and after surveys and automated production reports. c. Unserviceable Plant. If, at any time during the life of the contract, the Contracting Officer determines that any item of plant, or part thereof, is inadequate for the service required, is not being operated at full capacity, has become unserviceable or unsafe, is incapable of efficient work, or is not being efficiently operated because of reduced or incompetent crew; he will notify the Contractor in writing of his decision. The Contracting Officer will either suspend operations or direct that the item of plant, or part thereof, be removed from the work until the defects are corrected; and after giving such notice, the rate of payment for the entire plant will be reduced in the ratio that the output falls short of that specified in the Technical Specifications, with allowances for changes in dredging conditions, until the defects are corrected or incompetent crew is replaced, or crew is increased to the satisfaction of the Contracting Officer. The Contractor may substitute plant of similar capacity and power, satisfactory to the Contracting Officer, for any item of plant, or part thereof, condemned or ordered removed from

766

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 11 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 11 of 57

the work. d. Control. (1) The plant and its crew will work under the actual direct supervision of the Contractor. The Contracting Officer or his representative shall direct the time and location of the work to be accomplished under the contract. (2) The Contractor, or a representative with full authority to act for him with reference to care and operation of the plant, shall be on the site of the work at all times. e. Movement of Plant. All moving and towing of the dredge and attendant plant will be done by the Contractor. The Contractor will be notified as early as possible in advance of movement of the dredge plant to permit assembly of the tow. f. Operation and Repair. The Contractor shall furnish all labor, fuel, equipment for transportation of fuel to dredge, appliances, appurtenances, equipment, materials, subsistence, and supplies, and bear all expenses incident to the efficient operation of his plant in connection with the work of dredging under the contract. The Contractor shall also bear all direct overhead and collateral expenses incident to the operation, upkeep, and repair of all items of plant. He shall maintain the plant in a good state of repair; shall arrange for a supply of renewal parts to be on hand when needed for the dredge and each item of attendant plant; and shall provide and maintain the crews for each item of plant employed in connection with the work. All pipelines must be kept in good condition at all times, and any pipeline leaks, broken pipeline, and/or broken connections must be promptly and properly repaired. SP.7 Crew a. The Contractor shall furnish and pay all necessary crew and supervisory personnel required for safe and efficient 24 hour operation of the dredge and attendant plant and to handle floating and shore pipeline. If the Contracting Officer determines that staffing levels are such that there is a breach of the contract or a danger, all remedies under the contract are available, including, but not limited to suspension of work and termination for default. b. Crew on the dredge shall be able to perform operations such as clearing pump and suction and adding or removing floating line simultaneously. Each crewmember shall be relieved by qualified personnel on his days off. The Contractor will remove from work under this contract any employee who, in the opinion of the Contracting Officer, is objectionable or incompetent. This requirement shall not be the basis of any claim for compensation or damages against the United States or any of its officers or agents. c. Boat Operators. When operating in a towing status, all boat operators of boats 26 feet or longer shall possess a current operator's license issued by the U.S. Coast Guard. Vessels used at the jobsite for handling pontoon line, moving spill barges, etc., do not require a licensed operator. d. Civil Engineering Technician. The Contractor's Civil Engineering Technician shall be capable of performing all survey work related to this dredging contract, which includes making

767

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 12 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 12 of 57

reconnaissance surveys, preparing dredge layouts, setting gauges, computing yardage, and operating all electronic survey equipment, including the Differential Global Positioning System (DGPS) on the dredge and survey boat. SP.8 OFFICE ACCOMMODATIONS

The Contractor shall provide an office for the dredge inspectors. The office shall be not less than 150 sq ft and shall be properly lighted, ventilated, heated, and cooled. The office shall be sound insulated such that the maximum sound level inside the office will not exceed 85 dB. All costs for office accommodations shall be included in the contract hourly rate. The office shall contain the following: 1 lockable desk 2 chairs 1 3-drawer file cabinet 1 lockable equipment cabinet

A photocopier, capable of making an 8-1/2" X 14" duplex copy on plain paper, and a plain paper fax machine shall be provided on the dredge or floating plant and shall be available for official use by Government inspectors. SP.9 MEALS FOR INSPECTORS

If the Contractor maintains facilities on the dredge or attendant plant for the subsistence of his own employees, he shall furnish meals to Government inspectors assigned to the dredge, and to all Government agents who may visit the dredge on official business. All costs for meals shall be included in the contract hourly rate; no separate payment will be made. SP.10 LAYOUT OF WORK The Contractor shall furnish, operate and maintain a complete Differential Global Positioning System (DGPS) to provide dredge positioning and alignment in the various dredging assignments of this contract. The system shall utilize DGPS equipment in conjunction with the U.S. Coast Guard Radio Beacon DGPS Network, to provide real time positioning using UTM Zone 15 or 16 coordinates. The Contractor will be provided a diskette containing a Hypack file of the dredging cut layout for each individual assignment, containing stationing, baseline information, and coordinates. SP.11 GENERAL SAFETY REQUIREMENTS a. Accident Prevention Program. Refer to Contract Clause entitled "Accident Prevention (Nov 1991)--Alternate I (Nov 1991)". Prior to the prework conference, the Contractor shall prepare an accident prevention plan and submit four copies to the Contracting Officer for review and approval. The program shall include as a minimum the following: (1) An executed LMV Form 358R, Administrative Plan. (2) Executed LMV Form(s) 359R, Activity Hazard Analysis.

768

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 13 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 13 of 57

(3) A job specific safety plan per paragraph 01.A.07 and Appendix A of EM 385-1-1. b. DCA/USACE Dredging Safety Management Plan. If the Contractor is a currently accepted participant in the Dredging Contractors of America (DCA)/United States Army Corps of Engineers (USACE) Dredging Safety Management Program (DSMP), as determined by the DA/USACE Joint Committee, and holds a valid Certificate of Compliance for both the Contractor Program and the Dredge to be used to perform the work under this contract, the Contractor may, in lieu of the submission of an Accident Prevention Plan (APP): (1) Make available for review, upon request, the Contractor's current Safety Management System (SMS) documentation, (2) Submit to the Contracting Officer the current valid Company Certificate of Compliance for its SMS. (3) Submit the current dredge Certificate of Compliance based on third party audit. (4) Submit for review and acceptance, site-specific addenda to the SMS as specified in the solicitation. c. Daily Inspections. The Contractor shall institute a daily inspection program to assure all safety requirements are being met. Daily safety inspections shall be reported on the Contractor's daily Quality Control report. Each report will include, as a minimum, the following: (1) Phase(s) of construction underway during inspection. (2) Locations or areas inspections were made. (3) Results of inspection, including nature of deficiencies observed and corrective actions taken, or to be taken, date, and signature of the person responsible for the report's contents. d. Floating Plant. Floating plant and its operation shall comply with Section 19 of EM385-1-1. e. Emergency Alarms and Signals. General alarm systems shall be installed and maintained in accordance with EM 385-1-1, 19.A.05. f. Machinery and Mechanized Equipment. Machinery and mechanized equipment used under this contract shall comply with Section 16 of EM 385-1-1. When a rubber-tired front-end loader, bulldozer, etc., is operated on floating plant, either a bumper or curb with minimum height of one-third of the outside diameter of the largest tire on the equipment, a barge tied alongside, or other means approved in writing by the Contracting Officer shall be used to prevent equipment from moving or falling into the water.

769

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 14 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 14 of 57

g. Payment. No separate payment will be made for compliance with the safety requirements and all costs thereof shall be considered incidental to the various bid items of the contract. h. Accident Investigations and Reporting. Refer to EM 385-1-1, paragraph 01.D. Accidents shall be investigated by the immediate supervisor of the employee(s) involved and reported to the Contracting Officer or his representative within one working day after the accident occurs. SP.12 WORKING IN THE VICINITY OF STRUCTURES AND UTILITY CROSSINGS Where dredging to the required dimensions might endanger any Structure, the Contracting Officer may reduce the required excavation in the vicinity of such structure. The Contractor shall submit for approval by the Contracting Officer, a detailed plan of operation at each pipeline or utility crossing where construction surveys indicate project channel does not exist. The plan shall contain emergency measures to be taken in the event of an accident. The Contractor shall notify the owners of pipelines or utilities at least 3 days prior to operating within l50 feet of a pipeline or utility. The Government will not be responsible for any damage to structures or utilities due to the Contractor's deviation from the approved plan. SP.13 OUTBOARD BOATS All boats less than 26 feet in length shall meet either BIA Standards for minimum flotation and capacity, or the certification requirements of the U.S. Coast Guard. The Contractor shall be required to provide satisfactory evidence of compliance. Such evidence shall be a certification by the boat manufacturer, combined with an inspection, to insure that the boat had not been altered in a manner that reduced the safety features; or sufficient tests that indicate compliance with the BIA Standards. SP.14 FUEL CONSUMPTION REPORTING REQUIREMENTS The Contractor shall furnish to the Government a monthly report of the quantities of fuel consumed in execution of the work of the contract. The quantities reported shall include fuel consumed by the Contractor and all of his subcontractors, for the main plant and all support plant during the preceding month. SP.15 PERFORMANCE EVALUATION OF THE CONTRACTOR At a minimum, the Contractor's performance will be evaluated upon final acceptance of the work. However, interim evaluations may be prepared at any time during contract performance when determined to be in the best interest of the Government. The format for the evaluation will be SF 1420, and the Contractor will be rated outstanding, satisfactory, or unsatisfactory in the areas of Contractor Quality Control, Timely Performance, Effectiveness of Management, Compliance with Labor Standards, and Compliance with Safety Standards. The Contractor will be advised of any unsatisfactory rating, either in an individual element or in the overall rating, prior to completing the evaluation, and all Contractor comments will be made a

770

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 15 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 15 of 57

part of the official record. Performance Evaluation Reports will be available to all DOD Contracting offices for their use in determining Contractor responsibility. SP.16 PROJECT AND DAILY PRODUCTION REPORTS The Contractor shall furnish computer-generated LMM-316a (electronic) July 91 daily reports complete. The Contractor shall also furnish a summary report for the total contract, broken down by project, monthly and fiscal year in spreadsheet form. SP.17 CONTINUITY OF WORK No payment will be made for work done in an area until the required depth is secured in the whole area, unless prevented by ledge rock. No payment will be made for dredging performed outside the directed dredging cut layout, except by decision of the Contracting Officer or his representative. SP.18 PAYMENTS - DESIGNATED BILLING OFFICE. a. The unit price or lump sum price or prices stated in the contract will be used in determining the amounts to be paid for work performed by the Contractor. The designated billing office for this contract is as follows: Wade Channell U.S. Army Corps of Engineers, Memphis District Ensley Engineer Yard 2915 Riverport Rd Memphis TN 38125-5026 b. Pay time shall begin on the date and hour of acceptance of the dredge and attendant plant by the Contracting Officer as provided in paragraph SP1. and shall end when the dredge and attendant plant are returned to the Contractor, as provided in paragraph SP1e. Pay time will be calculated to the nearest one-sixtieth (1/60) hour for payment. c. The following will be considered effective time and will be paid for at the applicable contract unit price per hour: (1) Actual time dredging when the dredge is under operation, with the cutterhead moving material, and such material is being passed through the pipeline. (2) Time lost in making such openings in floating discharge pipelines or in swinging to one side of channel and slacking off of the swinging wires as may be necessary for the passage of vessels. The Contractor will be responsible for making such opening upon signal of any vessel or craft desiring to pass. d. All cumulative non-effective hours will be reduced by 30 percent and the reduced cumulative hours paid for at the applicable contract unit price per hour. The following will be

771

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 16 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 16 of 57

considered non-effective time: (1) Actual time lost, but not in excess of eight hours, for each of the following; preparing to move from one job to another, preparing the dredge for pumping upon arrival at a new job. (2) Actual time lost due to moving swing anchors; changing swinging wires to previously prepared pendants; making changes in discharge lines, such as adding pontoons or shore pipe, as may be necessary due to the progress of the work; and actual lost time due to failure of retaining dikes, spillboxes, or outfalls through no fault of the Contractor. In the latter case, the Contractor will be required to furnish all available equipment and personnel to assist in making repairs. (3) Actual time lost due to removal of logs, driftwood, etc., from the pump, pipeline and cutterhead; removal of drift from the pontoon line; washing out pipeline before handling. Actual time lost, but not in excess of eight hours, due to dredge shutdowns authorized by the Contracting Officer for the purpose of replacing the pump impeller with either different diameter impeller or an impeller of different number of vanes than that of the impeller being used. Actual time lost, but not in excess of one hour, due to dredge shutdowns authorized by the Contracting Officer for the purpose of changing dredge cutterhead to cutter-head of a different type. The intent of payment for delays authorized by the Contracting Officer to permit the Contractor to change pump impellers and dredge cutterhead is to obtain the greatest efficiency of operations under changing conditions, such as varying material, length of line, etc. Payment will not be made under this subparagraph for replacing worn-out impellers and/or dredge cutterhead, or cutterhead that have lost their efficiency because of wear. (4) Actual time lost due to inclement weather on an assignment or while en route between assignments. e. When river conditions are such that dredging operations become impractical or uneconomical, as determined by the Contracting Officer, he may place the dredge in an idle standby status by giving 24 hours oral or written notice to the Contractor. When the dredge plant is placed in an idle standby status, the Contractor will cease dredging operations and shall secure the dredge plant in a location approved by the Contracting officer. During the idle standby period, the Contractor shall retain a crew that will enable the dredge plant to be returned to operation within 24 hours of receiving notice to resume dredging. While in an idle standby status, neither the dredge plant nor any attendant plant shall be moved from the standby location without approval from the contracting officer. Idle standby may be directed on more than one occasion, but will not exceed a cumulative total of 504 hours. All idle standby hours shall be reduced by 65 percent and the reduced cumulative standby hours paid for at the contract hourly unit price for dredging. When the Contractor begins preparations to resume operations at the site as directed by the Contracting Officer, the usual pay provisions of the specifications will be applicable. f. Payment will not be made for: (1) Lay time on an assignment or when all necessary equipment is not available or in operating condition at the new assignment.

772

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 17 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 17 of 57

(2) Time lost due to shutdowns for the repair or the replacement of worn out or unserviceable equipment and time lost due to pulling a line together when the joints open up, replacing damaged shore pipe or pontoons, except when shore pipe is damaged by caving bank or pontoons are damaged by drift through no fault or negligence of the Contractor. (3) Time during which the dredge is engaged in removing misplaced material and dredging time lost due to removal of obstructions as required in paragraph SP4. (4) Time during which the dredge is engaged in dredging for others, time being computed from time the dredge shuts down until the dredge is back in position and material is being passed through the pipeline. (5) Time lost due to shutdowns ordered by the Contracting Officer's representative due to nonconformance to Safety and Health Requirements Manual EM 385-1-1 (See Clause entitled "Accident Prevention" of the Contract Clauses) and safety requirements of these specifications. (6) Time lost due to insufficient crew size and the inability to perform efficiently simultaneous dredging operations and on-shore disposal operations as determined by the Contracting Officer or his representative. (7) When the dredge is shut down for any reason or purpose that applies under paragraph 4f(1-6), the ensuing time shall remain under that classification until the cause of the shutdown shall have been removed and no claim shall be allowed for other work performed during that time except if it be the case that the Contracting Officer orders the dredge and attendant plant be moved to a new location. g. Reduction in Payment for Failure to Meet Output Requirements: If the dredging output falls short of that specified in Section 02482, subparagraph 2.1.1, as measured by Section 00800, subparagraph SP6.b, the total dredging hours for that location will be reduced by the percentage that the output falls short of that specified. Payment for dredging operations, which fail to meet the specified minimum output, will be made by multiplying this reduced number of hours by the contract unit price per hour. SP.20 CONTRACTING OFFICER SIGNATURE The Contracting Officer signing this contract is the primary Contracting Officer on this contract. However, any Contracting Officer assigned to the Memphis District and Acting within its authority may take formal action on this contract when a contract action needs to be taken and the primary Contracting Officer is away from the office.

773

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 18 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 18 of 57

SECTION 00800B NORTH WEST TENNESSEE HARBOR NEW CONSTRUCTION (YARDAGE) SPECIAL CONTRACT REQUIREMENTS TABLE OF CONTENTS Paragraph No. SP.1 SP.2 SP.3 SP.4 SP.5 SP.6 SP.7 SP.8 SP.9 SP.10 SP.11 SP.12 SP.13 SP.14 SP.15 SP.16 SP.17 SP.18 SP.19 SP.20 SP.21 SP.22 SP.23 SP.24 SP.25 SP.26 SP.27 SP.28 SP.29 SP.30 Paragraph Title Scope of Work Delivery, Prosecution and Completion of Work Work for Others Physical Data Misplaced Material Signal Lights Plant (Dredge and Attendant Plant) Crew Inspection Office Accommodations Meals for Inspectors Layout of Work General Safety Requirements Equipment Ownership and Operating Expense Schedule Outboard Boats Fuel Consumption Reporting Requirements Performance Evaluation of the Contractor Basis for Settlement of Proposals Obstruction of Navigable Waterways Rights of Way Control of Operations Obstruction of Channel Cooperation with Others Seaworthiness Certification Project and Daily Production Reports Continuity of Work Quantity Surveys Payments ­ Designated Billing Office Contracting Officer Signature Working in the Vicinity of Structures And Utility Crossings

774

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 19 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 19 of 57

SECTION 00800B NORTH WEST TENNESSEE HARBOR NEW CONSTRUCTION (YARDAGE) NON-REGULATED SPECIAL CONTRACT REQUIREMENTS

SP.1 SCOPE OF WORK a. The work to be performed under the contract consists of furnishing all plant, materials, equipment, supplies, labor, per diem, and transportation, including fuel, power, water (except any materials, equipment, transportation, utility or service, if any specified herein to be furnished by the Government), and performing all work in strict accordance with the specifications and schedules. All work, materials, and services not expressly called for in these specifications which may be necessary for complete and proper operations to carry out the contract shall be performed, furnished, and installed by the Contractor at no increase in cost to the Government. b. The Contractor's dredge and attendant plant shall be used to perform the new construction dredging of North West Tennessee Harbor at LMR mile 899.0. c. The work shall consist of removing material from the proposed new channel as shown on attached plans and satisfactorily disposing of the dredged material in disposal area A and/or disposal area B as directed by the Contracting Officer. The Contractor shall use normal caution in pipeline operations when discharging in dike areas to prevent washing and failure of retaining dikes, and shall maintain a watch on the spillways and keep the spill boxes free of debris. Polyethylene may be required on dike slopes during dredging operations to protect the retaining dikes. If so, the polyethylene will be furnished by others. The Contractor shall place the polyethylene on the dikes, when needed. The materials to be dredged may consist of concrete, riprap, boulders, gravel, sand, silt, mud, or clay. Debris and obstructions may also be encountered in the course of dredging operations and could include trash, roots, logs, stumps, rope, chain, various sized metal objects, cable and other miscellaneous items. The dredge must be equipped with suitable pump impellers and cutters to efficiently handle these varying materials. d. The Contractor shall be responsible for detecting and reporting to the Government's Quality Assurance Representative (QAR) all materials or obstructions that might cause damage, or have the potential to cause damage to the dredge and attendant plant. The Government's QAR will evaluate the evidence of the obstruction(s) and based on this data may notify the Contracting Officer for additional instructions concerning the obstruction. The Government will not be responsible for damage to the Contractor's dredge or attendant plant due to its contact with

775

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 20 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 20 of 57

materials or obstruction(s) that could cause such damage, or have the potential to cause such damage. e. The Contractor shall mobilize the dredge and attendant plant only once to Mckellar Lake ( Mile 725 AHP). Mileage item (0003, 0004 or 0008, 0009) of Lot One or Lot Two will be paid to move dredge and attendant plant to North West Tennessee Harbor. The Government will not pay a separate mobilization and demobilization cost to move the dredge and attendant plant

to North West Tennessee Harbor. The work at NWTH might not be continuous. The contractor could be sent to other harbors before NWTH is completed. f. The dredging operations contemplated are not all in or near cities. Camps or floating plant may be necessary for the housing or boarding of the labor employed by the Contractor. g. The floating plant can reach the sites of work via the Mississippi River. Obtaining access through private lands to landings near the sites of work for land transportation is the responsibility of the Contractor. h. The Contractor will be directed to perform dredging assignments by issuance of verbal orders from the Contracting Officer's Representative.

SP.2 DELIVERY, PROSECUTION AND COMPLETION OF WORK a. The Contract Officer's representative (COR) will give notice to the contractor when the new harbor construction shall begin. The contract work period is expected to start in August, and the contractor will have 60 days to complete the work. b. At the direction of the COR the contractor shall deliver the dredge and attendant plant ready for operation in the vicinity of North West Tennessee Harbor (Mile 899 LMR). c. A pre-work conference will be held prior to commencement of work. The time and place of conference will be determined by mutual agreement between the Contracting Officer or his designated representative and the Contractor. d. The Contractor shall prosecute the work assigned him to meet the schedule of dredging operations as determined by the Contracting Officer. The work will be conducted on a 7 days per week, 24 hours per day basis. e. Upon completion of the yardage contract, the dredge and attendant plant will be placed back on the maintenance contract.

SP.3 WORK FOR OTHERS

776

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 21 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 21 of 57

a. During the contract period, the Contractor may receive requests for dredging from private interests and local governments. Provided the work can be accomplished without detriment to the work for which the dredge is being leased, and subject to the prior approval of the Contracting Officer in each instance, the Contractor, upon request, may be temporarily released from this contract to perform dredging for others. In temporarily releasing the Contractor to perform work for others, the Government does not assume any responsibility for the work performed, or for the collection of any amounts earned by the Contractor.

SP.4 PHYSICAL DATA Data and information furnished or referred to below is for the Contractor's information. The Government shall not be responsible for any interpretation of or conclusion drawn from the data or information by the Contractor. a. WEATHER CONDITIONS. Data on weather conditions may be obtained from the National Weather Service. b. CHANNEL TRAFFIC. Mississippi River traffic, in general, consists of ships, tow boats and barges, passenger vessels, and small boats. c. CHANNEL CONDITIONS. Data on current channel conditions may be obtained from the U.S. Coast Guard. d. STAGE HYDROGRAPHS. River stage hydrographs may be obtained from the Map Files Section of the Memphis District of the U.S. Army Corps of Engineers.

SP.5 MISPLACED MATERIAL Should the Contractor, during the progress of the work, lose, dump, throw overboard, sink, or misplace any material, plant, machinery, or appliance, which in the opinion of the Contracting Officer may be dangerous to or obstruct navigation, the Contractor shall recover and remove the same with the utmost dispatch. The Contractor shall give immediate notice, with description and location of such obstructions, to the Contracting Officer or inspector, and when required shall mark or buoy such obstructions until the same are removed. Should the Contractor refuse, neglect, or delay compliance with the above requirements, such obstructions may be removed by the Contracting Officer, and the cost of such removal may be deducted from any money due or to become due the Contractor, or may be recovered under his bond. The liability of the Contractor for the removal of a vessel wrecked or sunk without fault or negligence shall be that provided in Sections 15, 19 and 20 of the River and Harbor Act of March 3, 1899. (33 U.S.C. 410 et seq.).

777

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 22 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 22 of 57

SP.6 SIGNAL LIGHTS The Contractor shall display signal lights and conduct his operations in accordance with the General Regulations of the Department of the Army and of the Coast Guard governing lights and day signals as approved by the Secretary of the Army (33 C.F.R. 201.1 - 201.16 and the Commandant, U.S. Coast Guard per Instruction M16672.2, Navigation Rules: International Inland (COMDTINST M16672.2), or 33 CFR 81 Appendix A (International) and 33 CFR 84 through 33 CFR 89 (Inland) as applicable.

SP.7 PLANT a. General. The Contractor agrees to place plant on the job meeting the requirements herein specified. The plant shall be in satisfactory operating condition and capable of safely and efficiently performing the work specified. The plant shall be subject to inspection of the Contracting Officer at all times. Award of this contract shall not be construed as an agreement on the part of the Government that plant listed by the Contractor in his bid is adequate for the performance of the work. The measure of the "capacity of the plant" shall be its actual performance on the work to which these specifications apply. b. Performance of Plant. By submitting a bid, the Contractor is giving assurance that the dredging plant furnished shall perform efficiently under the conditions described in these specifications. Government inspectors shall verify that the specified minimum requirements are met during performance of the contract by the contractor's before and after surveys and automated production reports. c. Unserviceable Plant. If, at any time during the life of the contract, the Contracting Officer determines that any item of plant, or part thereof, is inadequate for the service required, is not being operated at full capacity, has become unserviceable or unsafe, is incapable of efficient work, or is not being efficiently operated because of reduced or incompetent crew; he will notify the Contractor in writing of his decision. The Contracting Officer will either suspend operations or direct that the item of plant, or part thereof, be removed from the work until the defects are corrected. However, the Contractor may substitute plant of similar capacity and power for any item of plant, or part there of ordered removed from the work upon approval from the Contracting Officer. After the receipt of the Contracting Officer's notice, the Contractor shall expeditiously correct such defects, replace incompetent crew, or increase the size of the crew to the satisfaction of the Contracting Officer. d. Control. (1) The plant and its crew will work under the actual direct supervision of the Contractor. The Contracting Officer or his representative shall direct the time and location of the work to be accomplished under the contract.

778

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 23 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 23 of 57

(2) The Contractor, or a representative with full authority to act for him with reference to care and operation of the plant, shall be on the site of the work at all times. e. Movement of Plant. All moving and towing of the dredge and attendant plant will be done by the Contractor. The Contractor will be notified as early as possible in advance of movement of the dredge plant to permit assembly of the tow. f. Operation and Repair. The Contractor shall furnish all labor, fuel, equipment for transportation of fuel to dredge, appliances, appurtenances, equipment, materials, subsistence, and supplies, and bear all expenses incident to the efficient operation of his plant in connection with the work of dredging under the contract. The Contractor shall also bear all direct overhead and collateral expenses incident to the operation, upkeep, and repair of all items of plant. He shall maintain the plant in a good state of repair; shall arrange for a supply of renewal parts to be on hand when needed for the dredge and each item of attendant plant; and shall provide and maintain the crews for each item of plant employed in connection with the work. All pipelines must be kept in good condition at all times, and any pipeline leaks, broken pipeline, and/or broken connections must be promptly and properly repaired.

SP.8 Crew a. The Contractor shall furnish and pay all necessary crew and supervisory personnel required for safe and efficient 24 hour operation of the dredge and attendant plant and to handle floating and shore pipeline. If the Contracting Officer determines that staffing levels are such that there is a breach of the contract or a danger, all remedies under the contract are available, including, but not limited to suspension of work and termination for default. b. Crew on the dredge shall be able to perform operations such as clearing pump and suction and adding or removing floating line simultaneously. Each crewmember shall be relieved by qualified personnel on his days off. The Contractor will remove from work under this contract any employee who, in the opinion of the Contracting Officer, is objectionable or incompetent. This requirement shall not be the basis of any claim for compensation or damages against the United States or any of its officers or agents. c. Boat Operators. When operating in a towing status, all boat operators of boats 26 feet or longer shall possess a current operator's license issued by the U.S. Coast Guard. Vessels used at the jobsite for handling pontoon line, moving spill barges, etc., do not require a licensed operator. d. Civil Engineering Technician. The Contractor's Civil Engineering Technician shall be capable of performing all survey work related to this dredging contract, which includes making reconnaissance surveys, preparing dredge layouts, setting gauges, computing yardage, and operating all electronic survey equipment, including the Differential Global Positioning System (DGPS) on the dredge and survey boat.

779

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 24 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 24 of 57

SP.9 INSPECTION The presence of inspectors shall not relieve Contractor of responsibility for the proper execution of the work in accordance with the specifications. The Contractor shall furnish the use of boats, crew, and material forming a part of the ordinary and usual equipment and crew of the dredge plant, as may be reasonably necessary in inspecting and supervising the work. The Contractor shall furnish suitable transportation to and from the various pieces of plant, and to and from the disposal areas from all points on shore in the vicinity of the work. If the Contractor refuses, neglects, or delays compliance with these requirements, the specific facilities may be furnished by the Government, and the cost thereof will be deducted from the Contractor's earnings.

SP.10

OFFICE ACCOMMODATIONS

The Contractor shall provide an office for the dredge inspectors. The office shall be not less than 150 sq ft and shall be properly lighted, ventilated, heated, and cooled. The office shall be sound insulated such that the maximum sound level inside the office will not exceed 85 dB. All costs for office accommodations shall be included in the contract yardage rate. The office shall contain the following: 1 lockable desk 2 chairs 1 3-drawer file cabinet 1 lockable equipment cabinet

A photocopier, capable of making an 8-1/2" X 14" duplex copy on plain paper, and a plain paper fax machine shall be provided on the dredge or floating plant and shall be available for official use by Government inspectors. SP.11 MEALS FOR INSPECTORS

If the Contractor maintains facilities on the dredge or attendant plant for the subsistence of his own employees, he shall furnish meals to Government inspectors assigned to the dredge, and to all Government agents who may visit the dredge on official business. All costs for meals shall be included in the contract yardage rate; no separate payment will be made.

780

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 25 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 25 of 57

SP.12 LAYOUT OF WORK The Contractor shall furnish, operate and maintain a complete Differential Global Positioning System (DGPS) to provide dredge positioning and alignment in the various dredging assignments of this contract. The system shall utilize DGPS equipment in conjunction with the U.S. Coast Guard Radio Beacon DGPS Network, to provide real time positioning using UTM Zone 15 or 16 coordinates. The Contractor will be provided a diskette containing a Hypack file of the dredging cut layout for each individual assignment, containing stationing, baseline information, and coordinates.

SP.13 GENERAL SAFETY REQUIREMENTS ALL WORK UNDER THIS CONTRACT SHALL COMPLY WITH THE LATEST VERSION OF U.S. ARMY CORPS OF ENGINEERS SAFETY AND HEALTH REQUIREMENTS MANUAL, EM 385-1-1 AND OCCUPATIONAL SAFETY AND HEALTH ACT (OSHA) STANDARDS, IN EFFECT ON THE DATE OF THE SOLICITATION. NO SEPARATE PAYMENT WILL BE MADE FOR COMPLIANCE WITH EM 385-1-1, NOR FOR COMPLIANCE WITH ANY OF THE OTHER SAFETY-RELATED SPECIAL REQUIREMENTS. a. Accident Investigations and Reporting. Refer to EM 385-1-1, Section 1. Accidents shall be investigated and reports completed by the immediate supervisor of the employee(s) involved and reported to the Contracting Officer or his representative immediately after the accident occurs. A report of all mishaps occurring on the project shall be submitted to the Contracting

Officer on ENG Form 3394 within 2 working days following the incident. All data reported must be complete, timely and accurate. A follow-up report shall be submitted when the estimated lost time days differ from actual lost time days. When a job related injury occurs which requires medical treatment, a supervisor of the injured employee shall accompany the injured employee to the treatment facility and explain the employees regular duties and the availability of "Light Duty" so the injured employee can return to work as soon as possible. b. Accident Prevention Program. Refer to the Contract Clause entitled "Accident Prevention (Alt.I)." Within 21 calendar days after receipt of Notice of Award of the contract, four copies of the Accident Prevention Program shall be submitted to the Contracting Officer for review and approval. The accident prevention program is to conform to Appendix A (Minimum Basic Outline for Accident Prevention Plan) of the U.S. Army, Corps of Engineers, Safety And Health Requirements Manual, EM 385-1-1. The program shall be prepared in the following format: (1) An executed LMV Form 358R, Accident Prevention Program - Administrative Plan (available upon request).

781

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 26 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 26 of 57

(2) An executed LMV Form 359R, Activity Hazard Analysis (available upon request). (3) A copy of company policy statement regarding accident prevention. (4) When marine plant and equipment are in use under a contract, the method of fuel oil transfer shall be submitted on LMV Form 414R, Fuel Oil Transfer (available upon request). (Refer to 33 CFR 156). The Contractor shall not commence physical work at the site until the program has been approved by the Contracting Officer, or his authorized representative. At the Contracting Officer's discretion, the Contractor may submit his Activity Hazard Analysis for only the first phase of construction provided that it is accompanied by an outline of the remaining phases of construction. All remaining phases shall be submitted and accepted prior to the beginning of work in each phase. Also, refer to Section 1 of EM 385-1-1. c. Daily Inspections. The Contractor shall perform daily safety inspections and record them on the forms approved by the Contracting Officer. Reports of daily inspections shall be maintained at the jobsite. The reports shall be records of the daily inspections and resulting actions. Each report will include, as a minimum, the following: (1) Phase(s) of construction underway during the inspection. (2) Locations or areas inspections were made. (3) Results of inspection, including nature of deficiencies observed and corrective actions taken, or to be taken, date, and signature of the person responsible for its contents. d. Machinery and Mechanized Equipment. All equipment shall be inspected prior to use on this contract. All equipment shall be re-inspected prior to use any time it is removed and subsequently returned to the contract site for use. Documentation of equipment inspections shall

be made available to the Contracting Officer upon request. Tractors, in addition to trucks, shall be equipped with a first aid kit. Machinery and mechanized equipment used under this contract shall comply with the following:

(1) All equipment shall be properly guarded. (2) When mechanized equipment is operated on floating plant, the Contractor shall provide positive and acceptable means of preventing this equipment from moving or falling in to the water. The type of equipment addressed by this clause includes front-end loaders, bulldozers, trucks (both on- and off-road), backhoes, track hoes, and similar equipment. If the Contractor plans to use such equipment on floating plant, an activity hazard analysis must be developed for this feature of work. The plan must include a detailed explanation of the type or types of physical barriers, curbs, structures, etc., which will be incorporated to protect the

782

Case 1:08-cv-00282-SGB

Document 10-20 0005.pdf attachment to email fromPage 27 ofApr 07 08 1:09:00 PM Filed 04/25/2008 Amendment Clayton dated 154
W912EQ-08-B-0001 Page 27 of 57

operator and prevent the equipment from entering the water. Nonstructural warning devices may be considered for situations where the use of structural barriers is determined to be impractical. The activity hazard analysis must thoroughly address the procedure and be submitted to the Corps for review and acceptance prior to start of this feature of work. (3) The stability of crawler, truck, and wheel-mounted cranes shall be assured. (i) The manufacturer's load-rating chart may be used to determine the maximum allowable working load for each particular crane's boom angle provided a test load, with a boom angle of 20 degrees, confirms the manufacturer's load-rating table. (ii) Stability tests are required if: (a) there is no manufacturer's load-rating chart securely fixed to the operator's cab; (b) there has been a change in the boom or other structural members; or (c) there has been a change in the counterweight. The test shall consist of lifting a load with the boom in the least stable undercarriage position and at an angle of 20 degrees above the horizontal. The test shall be conducted under close supervision on a firm, level surface. The load that tilts the machine shall be identified as the test load. The test load moment (in ft.-lbs.) shall then be calculated by multiplying the horizontal distance (in ft.) from the center of rotation of the machine to the test load, times test load (in lbs.). Three-fourths of this test-load moment shall then be used to compute the maximum allowable operating loads for the boom at 20, 40, 60, and 80 degrees above horizontal. From these maximum allowable operating loads, a curve shall be plotted and posted in the cab of the machine in sight of the operator. These values shall not be exceeded except in the performance test described below. The test load shall never exceed