AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT                PAGE OF PAGES

1 9 1. CONTRACT ID CODE

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE

0001 11/22/94 4. REQUISITION/PURCHASE REQ.NO. 5. PROJECT NO. (if applicable)

SPNPED-4271-0118 DACW07-94-B-0016 6. ISSUED BY CODE 1 7. ADMINISTERED BY CODE (if other than item 6)

U.S. ARMY ENGR. DIST., SF COE ATTN: CESPN-CT 211 MAIN ST., RM. 809 SAN FRANCISCO, CA 94105-1905 Ofelia (Offel) R. Rosales C08 415 744 3304 8. NAME AND ADDRESS OF CONTRACTOR (No., street, country, State and Zip Code)

9A. AMENDMENT OF SOLICITATION NO.

DACW07-94-B-0016 9B. DATED (SEE ITEM 11)

11/02/94 10A. MODIFICATION OF CONTRACT/ORDER NO.

10B. DATED (SEE ITEM 13)

CODE 1M408 FACILITY CODE

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS x The above numbered solicitation is amended as set fortrh in item 14. The hour and date specified for receipt of Offers is extended. x is not extended. Offers must acknowledge receipt of the amendment prior to the hour and date specified in the solicitatio nor as amended by one of the following methods: (a) By completing items 8 and 15, and returning 1 copies of the amendment; (b) By acknowledging receipt of this amendendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT 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 the amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (if required)

13. THIS ITEM APPLIED ONLY TO MODIFICATIONS OF CONTRACT/ORDERS IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF, section heading, including solicitation/contract subject matter where feasible.)

PROJECT TITLE -42' NAVIGATION IMPROVEMENT OAKLAND INNER AND OUTER HARBORS ALAMEDA AND SAN FRANCISCO COUNTIES, CALIFORNIA

  1. Specifications. The Specifications have been revised as follows:

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

15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER

15B. CONTRACTOR/OFFEROR 16b. UNITED STATES OF AMERICA

STANDARD FORM 30 (REV. 10-83) NSN 7540-01-152-8070 Prescribed by GSA PREVIOUS ADDITION UNUSABLE FAR (45 CFR)52.243

30-105


SF 30 CONTINUATION SHEET SECTION 00010, 81D SCHEDULE

The Bid Schedule (Page 00010-3 through 00010-5) has been revised and is being reissued with this Amedment.

SECTION 00100, INSTRUCTIONS, CONDITIONS, AND NOTICES TO BIDDERS

Page 001OO-1, Paragraph 1, Line 1. Delete "6,600,000" and insert "5,500,000".

Page 00100-1, Paragraph III. Delete the paragraph and insert the following paragraph:

"111. PROJECT COOPERATION AGREEMENT (PCA) AND REAL ESTATE. Real estate interests and the funds necessary to construct the project are not yet available and the PCA has not yet been executed. The contract will not be awarded until all such funds and interests are available, and the PCA is fully executed." SECTION 00700, CONTRACT CLAUSES

The follouing Clause is added to the list of Contract Clauses:

252.249-7001 NOTIFICATION OF SUBSTANTIAL IMPACT OH EMPLOYMENT (DEC 1991) SECTION 00800, SPECIAL CONTRACT REQUIREMENTS

Page 00800-11, Paragraph 14. In the title of the paragraph, after "INSURANCE", insert "(PORT OF OAKLAND)".

Page 00800-20. Add the following as Paragraph 24:

"PAYMENT FOR LIA81LITY INSURANCE (STATE COASTAL CONSERVANCY) The State Coastal Conservancy is the Non-Federal Sponsor for the Sonama Baylands Wetland Demonstration Project, which utilizes a portion of the material dredged from the Oakland Harbor. The Conscervancy will share a portion of the cost of the project and the Sonoma Baylands disposal site. The Coastal Conservancy shall be named as an additional insured on the Contractor's liability insurance policy described in Option Item 0014 if this Option Ite. is also exercised. DACWO7-94-B-0016 Amend. 0001 2


The endorsement naming the Coastal Conservancy as an additional lnsured shall have limits not less than $20,000,000 (Twenty Million and No/100 Dollars) each occurrence combined single limit for bodiy injury and property damage, including coverage for underground explosion and collapse hazards, products and completed operations, contractual liability, independent contractors (OCP), broad form property damages and person injury, premises operations, ship collision, and sudden-accidental pollution. All comprehensive general liability insurance policies shall state that the State Coastal Conservancy, an agency of the State of California, and its officers, employees and agents are additional insureds by endorsement. Certificate of insurance and endorsement evidencing the coverage above shall be provided to the State Coastal Ccnservancy prior to the commencement of work. Payment for the cost of this additional endorsement will be made by the State Coastal Conservancy if the option is awarded." SECTION 01005, SUPPLEMENTARY CONDITIONS

Page 01005-1, Paragraph 1, Lines 4 and 5. Delete "rights-of-way agreements" and insert "encroachment permits".

Page 01005-3, Paragraph 5.3, Line 7. After "Appendix", insert "9".

Page 01005-4, Paragraph 5.5, Line 6 from top of page. After "Appendix", insert "7".

Page 01005-14, Paragraph 19, Lines 3 through 6. Delete the sentence "Attention is also...item is exercised.", and insert the following:

"Attention is also directed to Special Clauses "PAYMENT FOR LIABILITY INSURANCE (PORT OF OAKLAND)" AND "PAYHENT FOR LIABILITY INSURANCE (STATE COASTAL CONSERVANCT)" wherein the Contractor shall furnish liability insurance to protect the Port of Oakland and/or the State Coastal Conservancy if the option item{s) are exercised." Page 01005-15, Paragraph 20.2, Line 3. Delete "0010, 0012, and 0013" and insert "0012".

Page 01005-15, Paragraph 20.3, Line 4. After the first sentence,

DACV07-94-8-0016 Amend. 0001 3


insert the follouing:

"Payment for liability insurance for the State Coastal Conservancy will be made at the contract lump sum price under opeion item "Liability Insurance for State Coastal Conservancy." SECTlON 01330, HYDROGRAPNIC SURVEYS

Page 01330-3, Paragraph 2.9.4, Lines 3 and 4. Delete "either 5-1/4" (1.2 H8) or".

SECTION 01405, QUALITY CONTROL

Page 01405-2, Paragraph 1.3.6.1, Line 6. After "Appendix", insert "3".

Page 01405-3, Paragraph 1.3.9, Lines 5 and 18. After "Appendix", insert "4".

Page 01405-3, Paragraph 1.3.10, Lines 4 and S. Delete "either 5-1/4" (1.2 MB) or".

Page 01405-6, Paragraph 6. After the last sentence, insert the following:

wThe Contractor shall prepare the "Preparatory Phase Report" and the "Initial Phase Checklist" in Appendix 1-3 through 1-5, and submit them as part of his daily quality control reports." SECTION 02480, DREDGING

Page 02480-1, Paragraph 2.1. After line 4, delete the table and insert the following revised table:

BID ITEM CUBIC YARDS BASIC SCHEDULE 0002............................................... 380,000 0003............................................. 1,498,000 0004............................................... 224,000 0005................................................ 66,000 0006............................................... 762,000 0007................................................. 4,000 0008................................................ 36,000 0009................................................. 6,000 DACW07-94-B-0016 Amend 0001 4


0010..................................................... 0 0011................................................ 29,000 OPTION 1 SCHEDULE 0012............................................... 945,000 Page 02480-2, Paragraph 2.2. At the top of the page, delete the table and insert the following revised table:

BID ITEM CUBIC YARDS BASIC SCHEDULE 0002............................................... 560,000 0003............................................... 194,000 0004................................................ 84,000 0005................................................ 14,000 0006............................................... 115,000 0007................................................ 11,000 0008..................................................... 0 0009................................................. 2,000 0010................................................ 18,000 0011..................................................... 0 OPTION 1 SCHEDULE 0012............................................... 562,000 Page 02480-3, Paragraph 4.5.1, Line 5. Between "with" and "a", insert "a clamshell dredge or".

Page 02480-9, Paragraphs 5.2.2 and 5.2.3. Delete both paragraphs, and insert the following paragraph:

"5.2.2 The load limitation for barges going to the ocean disposal site is 80% of their load line. For each tug boat captain's initial 12 trips to the ocean disposal site, barges shall be loaded at their load limitation to test equipment and personnel capability to avoid spillage. For subsequent trips, no disposal barge shall be filled above its load limitation, and all loads shall be certified by the Contracting Officer that the requirement has been met prior to departing for the disposal area." Page 02480-9, Paragraph 5.2.5. 8etween "knots" and "for", insert "over the bottom".

Page 02480-10, Paragraph 5.2.11. At the end of the paragraph, add the following:

DACS07-94-B-0016 Amend. 0001 5


"(NAD 1983)" Page 02480-13, Paragraph 7.2, Lines 5 through 9. Delete the last sentence of the paragraph, and insert the following sentence:

"The change will be subject to the "CHANGES" Clause." Page 024B0-13, Paragraph 7.3:

(1) Line 3. Delete 8'during~ and insert "when". (2) Line 5. After "site", insert 8Xhas ceased and prior to consolidation". Page 02480-13, Paragraph 7.3.3, Line 6. Delete "post(s)" and insert "staff(s)".

Page 02480-15, Paragraph 7.7, Line 6. Delete "posts" and insert "staffs".

Page 0248O-15, Paragraph 7.9. At the end of the paragraph, add the following:

"The following plans shall be submitted to the Contracting Officer for approval thirty (30) days prior to commencement of disposal operations: (1) An operations and maintenance plan that describes the dredging disposal process including the operation of the weirs, and (2) A contingency plan detailing the measures that the Contractor will take to isolate and control floating hydrocarbons to prevent a release into the Bay." Page 02480-15. After Paragraph 7.9, insert the following paragraph:

"7.10 Removal of Dolphins. After completion of disposal operations, the Contractor shall remove the existing dolphins which are at the location of the offloading platform. Disposal shall be off the project site at the responsibility of the Contractor." Page 02480-16, Paragraph 8.2.

(1) Line 2. Delete "51.4" and insert "54.5". Delete "51.6" and insert "44.5". (2) Line 5. Delete "914,000"and insert "953,000". Delete DACW07-94-3 0016 Amend. 0001 6


's454,000" and insert "554,000". Delete &|460,000|" and insert "399,000s~.

(3) At the end of the paragraph, add the following:

~'The Contractor shall commence his disposal operations at the westernmost pond and fill it to capacity prior to uorking in the adjacent pord."

Page 02480-16, Paragraph 8.3:

(1) Line S. aetween ~dikesz' ar,d ~|(up", insert ~by orhers^'.

(2) Line 6. Delete &@by others~&.

(3) Line 7. Delete "1,883,000" and insert "approximately i

1,913,000".

(4) Line 8. Delete "926,000" ar,d insert "1,085,000". Delete

~$957,000'~ and insert "828,000".

Page OZ480-16, Paragraph 8.5. At the end of the paragrapn, acid the following:

,> ~"Decanting operations shall meet the follouing requirements: (1)

At no time shall there be more than 5O-acre feet of standing water in each contairment pond; (2) Algae bloom shall be prevented by interim purping to eliminate stagnant water and (3) AlL surface water shall be renoved by decanting after the crmpletion of disposal operations in each stage."

Page 02480-16, Piragraph 8.6, Line 2. After "steel", insert ~where it is located in water and marsh areas."

Page 02480-17, ParagraRhs 8.7 and 8.8. At the er,d of both paragraRs, imert the follouing sentence:

"'.lork will be permitted on Airport Drive only during the hours bets~een 10:00 P.H. ard Z:OO A.H., daily."

Page 02480-18, Paragraph 8.10, Line 9. Delete "one (1) foot" and insert "two (2) feet".

Page 02480-18, Paragraph 8.11, Line 6. Between "Oakland." and "In", insert the follouing:

DACW07-94-3 0016 Amend. 0001 7


The Port will perform sampling prior to the first decanting and during decanting for each stage of disposal orverations. The results will be reported to the Contracting Officer." Page 02480-20, Paragraph 13. At the end of the paragraph, add the following:

"The surveys shall conform to the requirements specified in SECTION "HYDROGRAPHIC SURVEYS." SECTION 02732, INSTALLATION OF SEWER LINE

Page 02732-1, Paragraph 2.2. Delete publication "C500-93" and its title and insert the following:

"C509-87 Resilient-Seated Gate Valves for Water and Sewerage Systems" Page 02732-2. Insert the following paragraphs:

"2.3 Federal Specification (Fed. Spec.). RR-F-621E Frames, Covers, Gratings, Steps, Sump and Catch Basin, Manhole 2.4 California Department of Transportation (CALTRANS) Specifications. Standard Specifications (July 1992)" Page 02732-3, Paragraph 4.2. Delete the paragraph and insert the following:

"4.2 Gate Valve. Gate Valve shall be OS&Y (outside stem and yoke) type with flange ends and comply with AWWA C509. Gate valve and handwheel shall have an arrow and the word "Open" cast in raised letters to indicate the direction of opening. Gate valve shall have enclosed spur gear to reduce operating effort." Page 02732-3, Paragraph 4.3, line 5. After "iron", insert "conforming to Fed. Spec. RR-F-621, with the letter "S" stamped or cast into the cover, not less than 2 inches high."

Page 02732-3, Paragraph 4.5. At the end of the paragraph, add the

DACW07-94-B-0016 Amend. 0001 8


following:

Sand in casing shall imported clean sand, suitable for making concrete. Concrcte plugs shall be as approved. Page 02732-3. After paragraph 4.7, add the following paragraph:

"4.8 Base Rock. Base rock under valve box shall be gravel conforming to Class 2, 3/4-inch maximum size aggregate in the Caltrans Standard Specification, Section Aggregate Bases." B. Appendix 1. Pages 1-3, 1-4, and 1-5 have been added and are enclosed with this Amendment.

C. Drawings. Sheets No. 1, 5, 7, 8, 11, 13, 14, 15, 16, 17, 18, 19, and 20 have been revised as noted on the drawings and are reissued with this Amendment.

D. Supplementary Information:

(1) Boring Logs and Locations, consisting of thirteen (13) sheets of drawings, are enclosed with this Amenchent. (2) Subbottom Profile Drawings (Inner Harbor 27 sheets, Outer Harbor 31 sheets), are enclosed with this Amendment. These drawings are preliminary drawings and their accuracy is not warranted by the Goverrment. They have not been used in preparing bidding documents nor will they be used to prepare the Goverrnent Estimate. (3) Galbraith Plans and Specifications. Plans and Specifications for the the construction of the Galbraith disposal containment area are available for inspection at the Port of Oakland office. E. All other information in the Solicitation remains the same. Enclosures:

Revised Bid Schedule Appendix 1-3, 1-4, 1-5 Responses to Questions Contract Drawings (Incl. Revised Sheets) Boring Logs Subbottom Profile Drawings DACW07-94-B-0016 Amend. 0001 9


SECTION 00010 SUPPLIES OR SERVICES AND PRICES/COSTS BID SCHEDULE -42' NAVIGATION IMPROVEMENT OAKLAND INNER ANO OUTER HARBORS ALAHEDA AND SAN FRANCISCO COUNTIES CALIFORNIA ITEM DESCRIPTION OUANTITY U/I U.P. AMOUNT ----- ------------------------------------ --------- --- ------ -------------

BASIC SCHEDULE (ITEMS 0001-0011) 0001 Mobilization & Demobitization (Items 1 JB L.S. ____________ 0002 thru 0012)

0002 Dredge Outer Harbor & Dispose of 940,000 CY 6.70 ____________ Material in Ocean Disposal Area

0003 Dredge Outer Harbor & Dispose of 1,692,000 CY 5.20 ____________ Material in Sonoma Baylards Disposal Area

0004 Dredge Inner Harbor & Dispose of 308,000 CY 4.70 ____________ Material in Sonoma Baylards DisposaL Area

0005 Dredge Outer Harbor & Dispose of 80,000 CY 10.20 ____________ Haterial in Galbraith Disposal Area

0006 Dredge Inner Harbor & Dispose of 877,000 CY 7.20 ____________ Material in Galbraith Disposal Area

0007 Dredge Berths 32 and 33 & Dispose of 15,000 CY 7.70 ____________ Material in Ocean Disposal Area

DACW07-94-B-0016 Amend. 001

00010-3


ITEM DESCRIPTION OUANTITY U/I U.P. AMOUNT ----- ------------------------------------ --------- --- ------ ------------- 0008 Dredge Berths 32 ard 33 & Dispose of 36,000 CY 2.70 ____________ Material in Gatbraith Disposal Area

0009 Dredge Berth 38 & Dispose of Material 8,000 CY 5.10 ____________ in Galbraith Disposal Area

0010 Dredge Berths 60 thru 63 & Dispose of 18,000 CY 9.80 ____________ Material in Ocean Disposal Area

0011 Dredge Berths 60 thru 63 & Dispose of 29,000 CY 5.20 ____________ Material in Calbraith Disposal Area

TOTAL ESTIHATED AHOUNT - BASIC SCHEDUtE (ITEMS 0001-0011) ____________

OPTION 1 SCHEDULE (ITEMS 0012&0013) 0012 Dredge Inner Harbor & Dispose of 1,507,000 CY 3.90 ____________ Material in Ocean Disposal Area

0013 Relocation of Sewer Line 1 JB L.S. ____________

TOTAL ESTIHATED AHOUNT - OPTION 1 SCHEDULE (ITEHS 0012&0013) ____________

TOTAL EST. AHT. - BASIC&OPTION 1 SCHEDULES (ITEHS 0001-0013) ____________

OPTION 2 SCHEDULE (ITEMS 0014&0015) 0014 Liability Insurance for Port of Oakland 1 JB L.S. ____________

0015 Liability Insurance for State Coastal 1 JB L.S. ____________ Conservancy

DACW07-94-B-0016 Amend. 0001

00010-4


NOTES:

1. A bid must be submitted for the Basic and both Option Schedules and each item listed therein. Failure to do so may cause the bid to be considered nonresponsive.

2. If a modification to a bid based on unit prices is submitted, which provides for-a lump sum adjustment to the total estimated cost, the application of the lump sum adjustment to each unit price in the Bid Schedule must be stated. If it is not stated, the bidder agrees that the lump sum adjustment shall be applied on a pro rata basis to every unit price in the Bid schedule.

3. All quantities are estimated, except where the unit is given as "job".

4. Job prices, where shown, shall cover all work complete and finished in accordance with the drawings and specifications.

5. Attention is directed to the Provision entitled "ARITHMETIC DlSCREPANCIES" (EFARS 14.201/90) in the "INSTRUCTIONS, CONDITIONS, AND NOTICES TO BIDDERS" wherein the Government's procedure for resolving arithmetic discrepancies is described.

6. Attention is directed to the Provisions entitled "CONTRACT AWARD - SEALED BIDDING - CONSTRUCTION (FEB 1986)" (FAR 52.214-19) and "EVALUATION OF OPTIONS (JUL 1990)" (FAR 52.217-5) in the "INSTRUCTIONS, CONDITIONS, AND NOTICES TO BIDDERS". The Government will evaluate bids and award a contract on the basis of the low total estimated amount of the Basic Schedule and Option 1 Schedule combined. Option 2 Schedule will not be included in the evaluation for award purposes and will not be included in low total estimated amount. Attention is directed to FAR 17.206(b)1, because there is a possibility that Bids for Options in Option 1 Schedule will not be evaluated for award.

7. The Government may exercise any or all of the items in the Option Schedules by written notice to the Contractor not later than 01 Jun 95.

8. The total duration of this contract, including the exercise of any or all of the items in the Option Schedules shall not exceed Eight Hundred Forty (840) Calendar Days after the Contractor receives the Notice To Proceed for work awarded in the Basic Schedule.

END OF SECTION 00010 DACW07-94-B-0016 Amend. 0001 00010-5


Page 1 of 2 RESPONSES TO QUESTIONS RECEIVED This office has received questions regarding the contract documents. In order to provide all prospective bidders the same information, we are including our responses to those questions with this amendment.

Q. Section 01430. Paragraph 9.2. Is it the responsibility of the Contractor to provide all sampling, monitoring and testing? If it is, could the requirements of these activities be cleary defined?

A. For the Galbraith disposal site, the Port of Oakland will perform all sampling, monitoring and testing. For the Sonoma Baylands disposal site, the Contractor will perform all sampling, testing and monitoring. Appendix 11 of the specifications defines the requirements for those activities.

Q. Section 02480 Paraaraphs 5.2.2. and 5.2.3. Is it the intent of the specifications to allow maximum loading of a dump scow based upon 80% of the load line or 80% of hopper capacity?

A. 80% of the dump scow's load line. Q. Section 02480 Paraaraph 5.2.17. Please clarify who is responsible for arranging for independent observers and their cost?

A. The Government will provide the independent observers and pay their wages. The Contractor is responsible for accomodating the observers on the disposal vessels on trips to the ocean disposal area. The Contractor shall provide meals on hopper dredges for the independent observers in accordance with Section 01005, Paragraph 12.

Q. Section 02480, Paragraph 8.6. We understand the intent of requiring floating pipeline, but ask you to consider the use of a submerged pipeline instead. The concern of leakage can be addressed with approved mechanincal and/or electrical shutdown devices as specified. Language could be added to the specifications requiring the Contractor to provide shop dravings detailing pipe thickness, joint connections and route of pipe for approval prior to laying the pipe. It has been our experience that properly laid, submerged pipeline of this length is safer for both the local environment and boat traffic and it is more efficient to manage with a greatly reduced number of joints. Furthermore, it is possible that if a Contractor chooses to use floating pipeline, a majority of the pipe will be exposed for visual inspection during MLLW.

A. As a condition of its permit, Bay Conservation Development Commission (BCDC) has mandated the use of floating pipeline. Steel pipeline is specified to minimize the possibility of breakage. The specification has been amended to require the steel pipeline only in water and marsh areas.


Q. It is our understanding that all before dredge surveys will be managed based on the approved COE and Industrial Survey guidelines.

A. The Contractor shall perform the surveys in conformance with the "Hydrographic Surveying Manual" referenced in Section 01330, Paragraph 2, and the requirements in the contract specifications.


PREPARATORY PHASE REPORT Contract No.: _______________________________________ Date: ______________

Title and No. of Technical Section: _________________________________________

_____________________________________________________________________________

Reference Contract Drawings: ________________________________________________

A. ATTENDEES:

NAME POSITION COMPANY ---- -------- -------

  1. _________________ _________________________ ______________________

  2. _________________ _________________________ ______________________

  3. _________________ _________________________ ______________________

  4. _________________ _________________________ ______________________

  5. _________________ _________________________ ______________________

  6. _________________ _________________________ ______________________

B. SUBMITTALS REQUIRED TO BEGIN WORK:

ITEM SUBMITTAL NO. ACTION CODE ---- ------------- ----------- a. _______________________ _________________________ ________________ b. _______________________ _________________________ ________________ c. _______________________ _________________________ ________________ d. _______________________ _________________________ ________________ C. EQUIPMENT TO BE USED IN EXECUTING WORK:

a. ______________________________________________________________________ b. ______________________________________________________________________ c. ______________________________________________________________________ D. WORK AREAS EXAMINED TO ASCERTAIN THAT ALL PRELIMINARY WORK HAS BEEN COMPLETED:

_________________________________________________________________________ _________________________________________________________________________ E. METHODS AND PROCEDURES FOR PERFORMING QUALITY CONTROL - INCLUDING SPECIFIC TESTING REQUIREMENTS

_________________________________________________________________________ _________________________________________________________________________ c:\sancaana\plans\qc.pin

Appendix 1-3 Added Amend. No. 0001


F. HAZARD ANALYSIS REVIEWED AND APPROVED:

_________________________________________________________________________ _________________________________________________________________________ G. ITEMS OF MUTUAL UNDERSTANDING:

  1. ______________________________________________________________________

    ______________________________________________________________________

  2. ______________________________________________________________________

    ______________________________________________________________________

  3. ______________________________________________________________________

    ______________________________________________________________________

  4. ______________________________________________________________________

    ______________________________________________________________________

  5. ______________________________________________________________________

    ______________________________________________________________________

  6. ______________________________________________________________________

    ______________________________________________________________________

  7. ______________________________________________________________________

    ______________________________________________________________________

  8. ______________________________________________________________________

    ______________________________________________________________________

THE ITEMS NOTED ABOVE CONSTITUTE A MEMORANDUM OF MUTUAL UNDERSTANDING AND WILL BE PERFORMED AS PLANNED AND SPECIFIED.

__________________________________________ C.Q.C. SYSTEM MANAGER c:\sancaana\plans\qc.pin

Appendix 1-4 Added Amend. No. 0001


INITIAL PHASE CHECKLIST Contract No.: _______________________________________ Date: ______________

Specification Paragraph or Section: _________________________________________

_____________________________________________________________________________

Description and Location of Work Inspected: ________________________________

_____________________________________________________________________________

A. PERSONNEL PRESENT:

NAME POSITION COMPANY ---- -------- -------

  1. _________________ _________________________ ______________________

  2. _________________ _________________________ ______________________

  3. _________________ _________________________ ______________________

  4. _________________ _________________________ ______________________

B. MATERIALS BEING USED ARE IN STRICT COMPLIANCE WITH THE CONTRACT PLANS AND SPECIFICATIONS: YES __________ NO ___________

IN NOT, EXPLAIN: ____________________________________________________________

_____________________________________________________________________________

_____________________________________________________________________________

C. PROCEDURES AND/OR WORK METHODS WITNESSED ARE IN STRICT COMPLIANCE WITH THE CONTRACT SPECIFICATIONS: YES __________ NO ____________

IN NOT, EXPLAIN: ____________________________________________________________

_____________________________________________________________________________

_____________________________________________________________________________

D. WORKMANSHIP IS ACCEPTABLE: YES __________ NO ____________

STATE AREAS WHERE IMPROVEMENT IS NEEDED: ___________________________________

_____________________________________________________________________________

_____________________________________________________________________________

E. SAFETY VIOLATIONS: YES __________ NO ____________

IF YES, CORRECTIVE ACTION TAKEN: ___________________________________________

_____________________________________________________________________________

_____________________________________________________________________________

__________________________________________ C.Q.C. SYSTEM MANAGER c:\sancaana\plans\qc.pin

Appendix 1-5 Added Amend. No. 0001