Free Notice (Other) - District Court of Federal Claims - federal


File Size: 939.4 kB
Pages: 18
Date: April 21, 2005
File Format: PDF
State: federal
Category: District
Author: unknown
Word Count: 6,013 Words, 44,225 Characters
Page Size: 622 x 792 pts
URL

https://www.findforms.com/pdf_files/cofc/17610/62-6.pdf

Download Notice (Other) - District Court of Federal Claims ( 939.4 kB)


Preview Notice (Other) - District Court of Federal Claims
Case 1:04-cv-00473-MBH

Document 62-6

Filed 04/22/2005 F48608-0 l-R-0001 Page 1 of 18 Soli~ ion Number
Co. mct Number F~8608-01=D-0008

Roof Requirements Contract
PROJECTGHLN #: 01-1004 NOVEMBER 2000

AIR FORCE SPACE COMMAND F.E. WARREN FORCE AIR BASE,WYOMING

Attachment 3 Page 1 of 59

Document 62-6 Filed GHHNCase 1:04-cv-00473-MBH Roof Requirements 01-1~)04 Contract

04/22/2005 WarrenAFB,of 18 Page 2 Wyoming F.E.

Solicitation Number P48608-01-R-0001 Contract NumberF48608-01-D-0008

INDEX
INDEX SPECIFICATIONS

DIVI'~ION bl - GENERAL REQUIREMENTS
01000 - GENERALREQUIREMENTS 01400 - QUALITY REQUIREMENTS 01700 - EXECUTION REQUIREMENTS

DIVISION 07 - THERMALAND MOISTURE PROTECTION 07311 - ASPHALTSINGLES 07320 - ROOFING TILES 07510 - BUILT-UP ROOFINGSYSTEM 07530 -ELASTOMERIC SINGLE-PLY ROOFING (EPDM) 07559 - ROLL ROOFING 07611 - SHEET METAL ROOFING 07620 - SHEET METAL FLASHING, TRIM, AND ACCESSORIES 07631 - GUTTERS AND DOWNSPOUTS

Attachment Page 2 of

3 59

Case Document 62-6 Filed GHHN0%10041:04-cv-00473-MBH RoofRequirements Contract

04/22/2005 Page 3Wyoming F.E. Warren AFB, of 18

Solicitation NumberF48608-01-R-0001 Contract NumberF48608-01-D-0008

SPECIFICATIONS
This pageintentionally left blank,

Attachment 3 Page 3 of 59

Case 1:04-cv-00473-MBH
GHHN 01-1004

Document 62-6

Filed 04/22/2005

Page 4 of 18

Roof RequirementsContract

F.E, WarrenAFB, Wyoming

Solicitation NumberF48608-01-R-0001 Contract NumberF48608-01-D-0008 DIVISION 01 - GENERALREQUIREMENTS SECTION 0 t000SECTION TABLE OF CONTENTS 1.1 1.2 1.3 1.4 1.5 1.6 1.7 1.8 1.9 1,11 1,12 1.13 1.14 1.15 1.16 1.17 1.18 1.19 1.20 1.21 1.22 1.23 1.24 1.25 1.26 1 ~27 1.28 1.29 1.30 1.31 1.32 1.33 1.34 1.35 1.36 1.37 1.38 1.39 1.40 1.41 Scope Statement of Work Contractor Responsibilities Work by Government Occupancy Existing Conditions and Hazards Working Hours Performance Period Discrepancies on Drawings Definitions Submittals Newand Recycled Materials Hazardous and Prohibited Construction Materials Industry Standards Building Codes, Laws and Regulations Safety Standards Work Site Access Storage, Staging and Parking Temporary Utilities Temporary Sanitary Facilities Field Office and Telephone Project Supervision Project Meetings Construction Methods and Means Quality Control and Inspection Pre Final AndFinal Inspection Barricades, Fencing, Waming Signs and Related Devices Cutting, Patching, and Repairing Protection and Restoration of Property Special Alteration and Renovation Requirements Special Requirements Site Utilities for Road Closings Welding, Cutting and Brazing Permits Spill Prevention and Response Disposal and Cleanup Maintenance and Warranty Manuals Wdtten Guarantee Description of Bid items Security WSASite Access WSAVechical and Equipment Access GENERALREQU]P~MENTS

GENERALREQUIREMENTS :

01000-5 Attachment 3

Case 1:04-cv-00473-MBH
GHHN 01-1004

Document 62-6

Filed 04/22/2005

Page 5 of 18

RoofRequirements Contract

F.E. WarrenAFB,Wyoming Solicitation Number F48608-01 -R-0001 Contact Number F48608-01-D-0008

1.1

SCOPE Provide labor, means, all operations,materials, equipment, salestax, accessories and incidentalsnecessary performing operations for all requiredfor repairingor replacing existing roofing on variousbasebuildings at F.E. Warren AFB, Wyoming, strict in accordance with theseSpecifications, applicable Drawings, Other Attachments the and Terms Conditionsof the Contract. and Provideanyspecial permitsandlicensesthat may required. be Referto Bid Schedule furnishedby the Base as Contracting Office for breakdown bid of items.

1.2

STATEMENTOF WORK Theworkwill be performed non-housing buildings, suchas dormitories, administrative on type facilities, andindustrial buildings, andMilitary FamilyHousing units. Thework be performed to shall consist but is not necessarily of, limited to; the followingprincipalfeatures: A. B. Demolition removal existing roofing. and of Installation aQd patching new of roof systems: Replacement existing Galvanized of Iodized (G.I.) andcopperflashing andother sheet metalworkwith newG.I. andcopperflashing andsheet metalwork. Replacement damaged sheathing, fascia, deckingand other roofing elements. of wood Replacement repair of damaged or. gutter and downspout. ~.

Removal, preservation,andreinstalMtion of rooftop Lightning ProtectionSystem components systems. and
Go

Otheritems of workas indicated on the Drawings in the Specifications. Some or minor portions of the workmay be described the technicalspecifications, but shall be not by performed indicated on the Drawings. as Relatedor incidental workwhichis manifestlynecessary customary finish the or to project andprovidea complete installation.

1.3

CONTRACTOR RESPONSIBILITIES TheContractor will dispose all materialsfromall demolition. TheGovernment of reserves right to retain all salvageable the materialsremoved underthis contract. Thus, the materialdisposal list fromeachdelivery ordermust turnedinto the contracting be officer prior to actual removal disposal.This list need includenormal and not and expected roof construction bulk debris(i.e.: old shingles, felt, nails, andold flashings), old but shall bespecificin listing all otheritems that may of value be (i.e.: roof tiles, roof vents, special wood or.metaldecorative roof items, etc.). All normal expected debrisnot identified onthe materialdisposallist and/or and roof identified by the Government salvageable as shall be removed the job site each from day. Oncompletion the project, the contractorshall remove rubbishand of all accumulated materialsahdscrapfromt.he premises leavingthe job site in a clean, GENERAL REQUIREMENTS ; 01000-5 Attachment3

Case 1:04-cv-00473-MBH
GHHN 01-1004

Document 62-6

Filed 04/22/2005

Page 6 of 18

RoofRequirements Contract

F.E. Warren AFB,Wyoming

Sol~citation Number F48608-0 l-R-0001 Contmct NumberF48608-01-D-0008 acceptablecondition. Anyadjacent areaswhichare damaged the contractor due to by demolition removal or shall be repaired the satisfaction of the contracting to officeror authorized contractingofficer representative, shall be replaced.All scrapanddebris or shall bedisposed off base. of "Thecontractorshall insure that inclement weather not imminent is beforeexposing roof sheathing shall not demo and morethan canbe replacedthat day. Contractorshall not leave anyareaof the roof uncovered unprotected or overnight, over a weekend, over a or holiday. Existing roof jacks, guywires andanchors,all antennas, sheetmetalvents, stub meial stocks, roof flashing andother metalitems, where they occur, shall be removed as requiredto permitthe installation of the new roofing material. Thecontractorshall replaceonly thoseitems that are necessary requiredfor the building useas directed or by the contracting officer or authorized contractingofficer representative. Areas roofs on where items havebeen removed are not replaced,andall holes or cracksin existing and sheathinglarger than 1/4 inch (6 mm) shall haveopeningsheathed with 26 gauge flashing, in accordance Section with 07620, beforenewroof installation is started. All roof jacks andmetaldrip capsshall be replaced with new. TheContractormay required to remove be existing lightning protection system components applicable. All lightning protection equipment where affected by the roof repair shall be completely removed. contractor maybe required to workaround The air terminalson _buildingswith concealed lightning protectionsystems restoreair and terminals andconductors disturbedduring roof installation. Disturbedsystems and components shall be restored in accordance NFPA with 780; Standard Installation of for Lightning Protection Systems, AFI 32-:1065;Grounding and Systems. no instancewill In it be permissible overlay to existing lightning protection conductors roofing material. with Undamaged lightning protection components be retained for re-use, providing they may meetcurrent lightning protection system requirements. Actual workto be accomplished ' will be determined~t the time of the delivery order. ~. TheContractor shall electrically test the completed lightning protectionsystem in accordance the requirements AFI 32-1065;Grounding with of Systems. Electrical testing will includeground resistance continuity. and
Go

TheContractormay required to remove be certain other roof appurtenances direction by of the contracting officer. TheContractor shall insureall work F.E. Warren's in HistodcDistrict shall have no adverse effect on buildings. If new roofing system will have adverse effect on the building, the Contractor shall stop all work the affectedareaandnotify Contracting in Officer immediately. TheContractor be requiredto coordinate may efforts with others to accomplish workon roofs that consist of more than onetypeof roofing system.

1.4

WORKBY GOVERNMENT A. B. TheGovernment identify workto be accomplished Delivery Ordermethod. will by TheGovernment ~hali also accomplish providethe following: or (1.) (2.) Noticeto Proceed, Pre-construction meeting.

GENERAL REQUIREMENTS :

01000-6 Attachment 3

Case 1:04-cv-00473-MBH
GHHN 01-1004

Document 62-6

Filed 04/22/2005

Page 7 of 18

Roof Requirements Contract

F.E. Warren AFB, Wyoming

(3.)

(4.) (5.) (6.)
(7.)

(8.)

Solicitation NumberF48608-01-R-0001 Contract NumberF48608-01-D-0008 An on base staging area will be made available. Direction and instruction will be throughthe Contracting Officer. Accessescort (for work in the Weapons Storage Area) and a construction inspector. Contract Specifications and Drawings. Signed and dated returned submittals. Site and area accesssecurity. Developand process Entry Authorization List (EAL) for Contractor site access into the Weapons Storage Area. Develop and process Photograph Authorization List (PAL) for Contractor site photograph access in the Weapons-Storage Area.

C. 1.5

Preparation work on each roof shall be inspected and approvedby the Contracting Officer or authorized Contracting Officer representative before any roofing materials are applied. OCCUPANCY Thecontractor shall be responsible for coordinating all phases his/her operations with of the appropriate base personnelthrough the contracting officer. Advance notice of not less than five (5) workingdayswill be given to the contracting officer or authorized contracting officer representative prior to any operations. The contractor shall cooperate fully with base personnelin these operations. The Government intends to occupyall buildings identified in all delivery orders. Cooperatewiih the Government minimize conflict, and to facilitate Government to operations. Schedule the Work to accommodate Governmentoccupancy.

EXISTING CONDITIONSAND: HAZARDS: A. " Field verify all existing copdJtions,existing construction, dimensions, quantities, other pertinent requirements suitability for the intendeduseprior to starting workactivities, and ordering materials or fabricating components. Determinespecial requirements or precautions required for items to be renovated or removed. Prepare written inventory of facility prior to starting workincluding condition, defects, and equipment present (for purposes establishing liability for any damages losses later). of or C. 1.7 Do not obstruct or close roadways,sidewalks or exitways without authorization.

WORKING HOURS: .A. Normalworking hours for the Contractor will be 7:30 a.m. to 4:30 p.m. excluding Saturdays, Sundays,and Federal holidays. Notify the Contracting Officer three days in advance workis desired during other time periods. If Inspectors will be available, a if modified work period maybe authorized. If Inspectors are required to work other than their normalduty/dayssolely for the benefit of the Contractor, the actual cost of inspections at overtime rates will the chargedto the Contractor and an adjustment made to the contract price.

1.8

PERFORMANCE PERIOD A. Theperformance period as specified in each individual delivery order.

GENERALREQUIREMENTS :

01000-7 Attachment 3

Case 1:04-cv-00473-MBH
GHHN 01-1004

Document 62-6

Filed 04/22/2005

Page 8 of 18

RoofRequirements Contract

F.E. Warren AFB,Wyoming Solicitation Number F48608-01-R-0001 Contract Number F48608-01*D-0008

1.9

DRAWINGS: A. B. D. TheDrawings basedon record drawings,surveys,on-site observations field are and measurements made the Government others. by and Check compare Drawings and all immediately upontheir receipt and notify the Contracting Officer of anydiscrepancies. ~/erify all dimensions quantities shown adequacy available spaces and and of prior to construction orderingmaterials. or Follow dimensions marked Drawings lieu of scaled measurements on in

1.10 DEFINITIONS Useof certain phrases words the Drawings Specificationshavethe following or on or definitions: 1. Theterm "replace" means remove disposeof existing material or item and and furnish andinstall a similar new materialor itemthat matches the original both material andremaining adjacentmaterialsor items. 2. TheterTn"reinstall" means remove existing material or item andreinstall same mate_r.ialor item properlyaligned, plumb secure match and to existing adjacent materialsor items. 3. Theterms"provide"or "furnish" mean furnish andinstall unlessotherwise indicated. 4. Theterm "Contracting Officer" shall mean Contracting the Officer -" . 1.11. SUBMITTALS: .... A. . ~ '-

Provide submittalscalled for by the Technical Specifications the Contracting to Office; 90 CONS/LGCR, MarneLoop, Bldg. 208, F. E. WarrenAFB, Wyoming. 7505 82005-2860. TransmiteachTechnicalSubmittalto the ContractingOffice using AFForm 3000. Submittals receivedfromsources other than the Contractor wilt be returnedwithoutaction. 1. PRODUCT DATA, ANDOTHER SUBMITTALS: Four (4) copies, minimum. The Government retain two (2) copiesandreturn the remainder the Contractor, will to marked action takenandcorrectionsor modificationsrequired. with 2. SAMPLES: (1) set, minimum. Government retain this set. One The will Review TechnicalSubmittalsby the Government not be construed a complete of will as check,but indicates only that the submittalsare in generalconformance the design with concept with the information given in the ContractDocuments. approvalshall and This not relieve the Contractor fromresponsibility for errors andomissions. Contractor The is responsible field measurements, for dimensions, designof adequate connections, details, fabrication processes,and the means, methods, techniques,and procedures for satisfactory installation. Confirm that the ProductDatais in compliance requirements the Contract with of Documents before submitting. Nosubmittals c-olo~sor finishes will beapproved for until all samples been have received. All samples will become property of the Government. the Allowsufficient time for submittalreview(four weeks colors andfinishes andtwo for weeks minimum, other submittals)..AdviseContractingOfficer when for processingtime

GENERAL REQUIREMENTS :

01000-8 A~achmen~ 3

Case 1:04-cv-00473-MBH
GHHN 01-1004

Document 62-6

Filed 04/22/2005

Page 9 of 18

RoofRequirements Contract

F.E. Warren AFB,Wyoming

Solicitation Number F48608-01-R-0001 Contact NumberF48608-01-D-0008 is critical to the progress the work.TheGovernment of reserves right to withhold the action on a submittalrequiringcoordination with other submittals until related submittals are received. DoNOT proceed with purchase, fabrication or installation until an approved submittalhas beenreceived. After submittalshavebeen approved, resubmittals the substitution of products no for will be considered without an acceptable explanation from the Contractor. Submit PROGRESS SCHEDULE AF Form 3064 provided by the Government. on 1.12 NEW' AND RECYCLED MATERIALS: All materials shall be newor newlymanufactured using recycledmaterials unless otherwiseindicated. All materials(both newandrecycled) shall be the mostsuitable and highest gradeandtype for the intendeduseunlessotherwiseindicated. Theyshall be produced a manufacturer by regularly engaged manufacturing fabricating similar in or products with a history of successful production acceptable the Contracting to Officer. Thespecific product(s)called out by Manufacturer Model the basisfor the design and is but is not intendedto limit competition.Products other manufacturers be used by may subjectto the following: Theproductmeets exceeds quality level of the specified product. or the 1.2. Thewarrantyis the same for the specified products. as TheGovernment determines that the product(s)is equivalentto the specified 3. product,is otherwise suitable for the intended andapproves usein writing. use its TheContractorcoordinates installation andmakes necessary the any changes '. at 4. no additional cost to the Government. 5. TheContractorwaivesclaims for anytime extensionassociatedwith theuseof . the product. Recycled products: 1. Comply with guidelines andrequirements TheAir ForceAffirmative of Procurement Proqram the purchase useof recycled construction for and materials.Theconstructionmaterialsincludedunderthis requirement all are typesof insulation andinsulation board,andstructural fiberboard. Theuseof other productsmanufactured from recycled materials is encouraged. use of The recycledproductsis mandatory unlessthey are not available within a reasonable time frame,or if the cost exceeds cost of a non-recycled or if theydo not the item meet technicalrequirements the project, or if theyare not availablefromat the of least two(2) sources as to maintain satisfactorylevel of competition. so a Compile "RecycledProductsReport" for the Resource a Recovery Recycling and Manager 90 CES/CEV at listing the total quantity recycledproductsused.Submit the report through Contracting the Officer at the endof the contractperiodor at the endof the calendaryear, whichever comes first. UNACCEPTABLE MATERIALS: finish matedal that has been discontinued or will Any be discontinued within two(2) yearsis unacceptable. If any proposed Us~age installation method or doesnot comply with the recommendations or specifications the Manufacturer, of notify the Contracting Officer.
Fo

Protectmaterialsduring, delivery, storage,handling installation per manufacturer's and printed instructions. Placeon blockingand coverwhen necessary protect from water, to 01000-9 Attachment 3

GENERAL REQUIREMENTS ;

Case 1:04-cv-00473-MBH
GHHN 01-1004

Document 62-6

Filed 04/22/2005

Page 10 of 18

RoofRequirements Contract

F.E. Warren AFB,Wyoming

Solicitation Number F48608-01 -R-0001 Contcact Number F48608-01-D-0008 dust, direct exposure sunlightandother elements. to Deliver in original containers or packaging labels intact. Storage with locationsshall not interfere with work other" of trades. 1.13 HAZARDOUS AND PROHIBITED CONSTRUCTION MATERIALS:
Ao

Hazardous Materials 1. Submit Material Safety DataSheet(MSDS) eachchemicaland/or a for compound proposed this project to the Base for Bioenvironmental Office (90 AMS/SGPB) reviewandapprovalprior to delivery to the base.-Ahazardous for matedalis defined in federal Standard DED-STD-313C I andII). The (Table definition of materialspresenting healthhazard physicalhazard foundin a or is OSHA twenty-nineCFR.Contractoris required to keepa copy of all MSDS on site duringexecution the deliveryorder. of Compile "Hazardous a Materials Report" for the Resource Recovery and RecyclingManager 90 CES/CEV at listing the description of the hazardous material, brandname, part number, No., unit of issue, quantity issued/used SSL andperson(s)issuedto. Submit report by the 5th of the following month the through Contracting the Officer. Prohibitedmaterials includethosethat contain Class1 ozone-depleting chemicals (including CFC's,halons,carbon tetrachloride, methylchloroform,andmethylbromide), lead, asbestos,PCB's other hazardous or substances.

1.14

INDUSTRYSTANDARDS: General Applicability of Standards: Applicable standards the construction of indugtry havethe same force and effect (and are made part of the contract documents a when referenced) if copied as directly into contractdocuments, as if published or copieswere bound herewith. :.. Standards apply only to the technical aspectsof manufacture, designandconstruction. Noprovision of anyreferenced standard,manual, codeshall change increasethe or or duties andresponsibilities of the Government the Contractor. or Reference standards (referenced directly in contract documents by governing or regulations) haveprecedence nonreferenced over standards that are recognized in industryforapplicability to work. Nonreferenced standards recognized the constructionindustry are hereby in defined, except otherwise as limited in contractdocuments, have to direct applicability to the work andwill be so enforced performance the work. for of E. PublicationDates:Comply with standard effect as of date of contract documents. in Copiesof Standards: Providewhereneeded properperformance the work; obtain for of directly frompublicationsources. Onitems effected by the July 25,1991 ExecutiveOrder12770 coveringthe useof metric (SI) system contractor will acknowledge format but the American the the standardformat will govern dudng 6onstruction until the point that the suppliersare utilizing the metric(SI) system.

1.15

BUILDING CODES,LAWS, AND REGULATIONS:

2. GENERAL REQUIREMENTS
¯ : Attachment 3

01000-10

Case 1:04-cv-00473-MBH
GHHN 01-1004

Document 62-6

Filed 04/22/2005

Page 11 of 18

Roof Requirements Contract

F.E. Warren AFB, Wyoming

Complywith the latest

Solicitation NumberF48608-01-R=0001 Contract NumberF48608-0 l-D-0008 editions of the UNIFORM BUILDING CODE.

Comply with all other FEDERAL,STATE, and LOCALLAWSand REGULATIONS that applyto this project. 1.16 SAFETY STANDARDS: Complywith requirement of the CHIEF SAFETY the protection.of Air Force OF for Personnel and Property. Complywith the rules, regulations, standards and requirements of the DEPT. OF DEFENSE(DOD), WYOMING DEPT. OF ENVIRONMENTAL QUALITY (DEQ), ANDOSHA regarding disturbing, removing and disposing of HAZARDOUS MATERIALS (( ASBESTOS, LEAD-BASED PAINTS, PIGEON DROPPINGS and OTHER HAZARDOUS MATERIALS, )) Comply with CORPSOF ENGINEERS SAFETY & HEALTH REQUIREMENTS MANUAL EM385-1-t (Oct 1992), OSHA STANDARDS, other applicable rules, regulations, and standards and requirements regarding WORKER SAFETY. Comply with WYOMINGOCCUPATIONALHEALTH AND SAFETY RULES AND REGULATIONS FOR CONSTRUCTION. 1.1 7 WORK St'I:E A. .:,.:-, ~., :-w.; . ::I',!8.., A. ACCESS:

.

Coordinate accessto the Baseand Project Facility for personnel and equipmentWith the ¯ Contract ng Officer : ~. :.~ ". - . ¯ S3"ORAGE, STAGING PAR~ING: AND .~: Space available at the project site, for the Contractor'sparking. is Nosoddedor landscaped areas or exitways shall be used t'or storage, staging, or parking, except as coordinated with the Government Inspector.

C. 1.19

Storage and staging area will be coordinated with Government Inspector

TEMPORARY UTILITIES: A. Utilities will be providedat job site for workrequired. Anyspecial requirements will be provided by Contractor.

1.20

TEMPORARY SANITARY FACILITIES: A. Provideall required portable self-contained sanitary toilets at a location determined the by ContractingOfficer.

1.21

FIELD OFFICE AND TELEPHONE: A. B. NoField Office is required. Provide temporary job phone(cellular unit) and secondary means communication. of

2. GENERALREQUIREMENTS :

01000-11 Attachment 3

Case 1:04-cv-00473-MBH
GHHN 01-1004

Document 62-6

Filed 04/22/2005

Page 12 of 18

RoofRequirements Contract

F.E. Warren AFB,Wyoming Solicitation Number F48508-01-K-0001 Contract Number F48608-01 -D-0008

1.22

PROJECT SUPERVISION: Providea competent superintendent site at all timesfor the project. Superintrentdent on shall coordinate be responsible the properandtimely layout, scheduling, and for installation, andcompletion the work. of Layout andinstall workin a timely manner in a sequence avoiddelay or and to interferencewith other work.Anticipate andresolve conflicts beforeworkbegins. Submit ¯ - questions the Contracting to Officer or authorized contractingofficer representative for [esolution beforeproceeding the workin question. with C. All questions will be submitted through primeto contracting.

.23

COORDINATION AND PROJECT MEETINGS: All coordination meetings be set up by andthrough contractingofficer. Any and will the changes the contract mustbe throughthe contacting officer. Noother government to agenthasthe authoriLyto produce changes/modifications the contract. to Conduct coordination/progress meetings the project site at regular intervals intervals at but not less than onceper month.Attendees shall include the Government's Representatives, Subcontractors others concerned and with project progress, coordination performance, applicable. These or as representatives shall be familiar with the.Project andauthorized conclude to mattersrelating to coordination& progress. Conduct pre-construction a meeting contractingbeforeanyconstruction at activity is undertaken. Installer andrepresentatives Manufacturers, The of Fabricators,other Subcontractors involved in or affected by the installation and Government ..... Representatives shall attend the meeting. ¯. At the pre-construction meeting, reviewthe progress other construction of activitieS; preparations the particular activity underconsideration other relevant for and considerations.Consider following: the 1 Options. 2. Purchases. 3. Deliverlies. 4. Shop Drawings, ProductDataand quality control Samples. 5. Possible conflicts. 6. Compatibilityproblems. 7. Timeschedules. 8. Weather limitations. 9. Manufacturer'srecommendations. 10. Compatibility materials. of 11. Acceptability substrates. of 12. Temporary facilities. 13. Space access and limitations. 14. Governing regulations. 15. Safety. Recording requirements. 16. 17. Protection. 18. Initial iostallation. ~.. . ~~:......

1.24

CONSTRUCTION METHODS AND MEANS: TheContractor solely responsible constructionmeans, is for methods, techniques, procedures, fabrication pi'ocesses,seqL~ences, scheduling, coordination,safety

2.

GENERAL REQUIREMENTS ;

01000-12 Attachment3

Case 1:04-cv-00473-MBH
GHHN 0%1004

Document 62-6

Filed 04/22/2005

Page 13 of 18

RoofRequirements Contract

F,E. WarrenAFB, Wyoming

Solicitation NumberF48608-01-R-0001 Contract NumberF48608-01-D-0008 precautions, safety programsand other necessary precautions during construction. The Government will NOT assume responsibility for any of these. 1.25 QUALITY CONTROLAND INSPECTION: The Contractor shall ensure that all work has been inspected by a Government Inspector prior to concealment. Inspector will be on site daily. 1.26 PRE=FINAL AND FINAL INSPECTIONS TheContractor shall provide the contracting officer or authorized contracting officer representative with an advancenotice of not tess than five (5) working days when scheduling each and very pre-final inspection. Pre-final inspections shall be scheduled suchthat the contracting officer, or authorized contracting officer representative, is present at the worksite during the installation of the ridge cap, whenapplicable. At the pre-final inspection, the Workwill be inspected by Government representatives, and the Contractorwill be given notice of whatitems, if any, needto be corrected prior to the final inspection. TheContractor will then provide the contracting officer or authorized contracting officer representative with a written advance notice of not less than three.(3) working days whenscheduling the final inspection. Acceptance the Workwill occur at of the final. The contractor shall provide equipment support Government to inspections. 1.27 BARRICADES, FENCING, WARNINGSIGNS AND RELATED DEVICES: A. Erect barricades, safety barriers, barrels, fencing, signs, warning lights, flagging, flagpersons and devices as appropriate to control traffic and to warn and protect the workmen, users, occupantsand the public. All signs shall be professional quality. Comply with latest edition of MANUAL UNIFORM ON TRAFFIC CONTROL DEVICES. .

1.28

CUTTING, PATCHING, AND REPAIRING: A.

Patch, repair, replace or restore all finished or unfinished surfacescut, disturbed or damaged demolition and construction. Fill, seal or close all holes, voids and openings by remainingafter demolition activities. Finish to matchadjacent surfacesin color, texture and appearance. When adjacent surfaces and finishes cannot be matched, refinish entire surface to nearestintersection.

1.29

PROTECTION AND RESTORATION OF PROPERTY: Rrotect the existing facility, all materials and equipment be incorporatedtherein, to completed work, site improvements, trees, landscaping, utilities, public waysand other facilities. Promptlyremedy damage loss resulting from activities or operations under this all or contract. Restoreequivalent to original conditions. Restoredisturbed areas to a condition equivalent to or better than that which existed previously.

1.31

SPECIAL ALTERATION AND RENOVATION REQUIREMENTS: A. Makesmooth, even and neat transitions betweennewand existing work.

2.

GENERALREQUIREMENTS :

01000-13 Attachment 3

Case 1:04-cv-00473-MBH
GHHN 01-1004

Document 62-6

Filed 04/22/2005

Page 14 of 18

RoofRequirements Contract

F.E. Warren AFB,Wyoming

Solicitation Number F48608-01-R-0001 Con~'act Number F48608-01-D-0008 Reinstall materials,equipment itemsthat are disturbedor removed or temporarily. Comply with workmanship other applicableprovisions of technical specification and sections for comparable work. Usenewscrewsand other fastening devices. new 1.32 ROADCLOSINGS: Roads be closedonelane at a time with vehiculartraffic allowed passthrough may to the construction area.If an entire street is to be closed notify the Governmentwriting at in least two (2) weeks pdorto the closing. Comply separate with Article "Barricades, ~Fencing, WarningSigns and Related Devices. 1.33 1.34 WELDING, CUTTINGANDBRAZINGPERMITS:(NOT APPLICABLE THIS PROJECT) TO SPILL PREVENTION AND RESPONSE: Develop planfor spill prevention for spill detection,reporting, containment, a and cleanup anddisposal. A manifest indicating properdisposalis required.All workers shall be familiar withthis plan. B. C. 1.35 Submit copyof this planto the Contracting Officer for approval. Contractor to contain,immediately is cleanup, andproperlydispose all spills. of

DISPOSA~AND cLEANuP: A. Remove debris, wasteandsurplus materials from the immediate all workareas eachday ., andfromthe premises suitable intervats~Disposal at shall be at an off-baselocation at ;~ an established landfill or other site approved the type of material being removed for ....... " Burning or burial at the project site are not acceptable disposal methods. : .... -., ~ When materials are hazardous, the dangerous unsanitary, handleseparatelyfrom or other wasteandplacein appropriate containers.Provideevidence that all required permits andarrangements transportation anddisposal havebeenobtained. Provide for evidence the disposal that landfill is EPA-approved. Provide copy letter fromlandfill of operator agreeingto acceptthe wasteand documentation regardingproperdisposal includingwaste manifests landfill receipts. and Oncompletion the project, leaveinterior andexterior surfaces of includingsite andstreets in a clean, sanitary, odor-free, acceptable condition, readyfor operationandoccupancy. Remove temporary labels, foreign matter, dirt, dust, fingerprints, marks, stains, streaks, splatters, waterspots, films, cleaningresidue,paint drippingsor overspray, cobwebs, moldand mildewfrom exposed surfaces and accessible spaces. Usecleaning materials and procedures recommended the manufacturer the as by of surface beingcleaned.

1.36

MAINTENANCE AND WARRANTY MANUALS: Upon completion,submit to the ContractingOfficer M& Wmanuals. Assemble data into 3-ring binders.All pages shall be neatly typedandarranged with labeleddividers. Organize data into an orderly sequence the basedon the Table of Contents the of Specifications.Exterior edge binderto be identified with .project name number of and at

GENERAL REQUIREMENTS ;

01000-14 Attachment 3

Case 1:04-cv-00473-MBH
GHHN 01-1004

Document 62-6

Filed 04/22/2005

Page 15 of 18

RoofRequirements Contract

F.E. WarrenAFB, Wyoming

Sol~citation Number ]?48608-01 -R-0001 Contzact NumberF48608-01-D-0008 least 1/4 inch high. Submit one copy for advanceapproval and makechangesreqDested. Providefour (4) sets. include the following: Title pageincluding name project, date, and preparer. of Table of contents. Directory listing company name,contact person, address, and telephone number of General Contractor, all Subcontractors, & Suppliers Manufacturer's product data sheets and detailed diagramswhenrequired by the Technical Specifications. 5. Copiesof all guarantees and warranties exceeding one year. 1.37 WRITTEN GUARANTEES Within ten days after final acceptance the Work,obtain and furnish written guarantees of for all materials installed under this contract. Furnish with each guarantee the name, address and telephone number the grantors representative nearest to the location of wherethe material is installed, who,uponrequest, after completionof the contract, will honor the guaranteeduring the written guaranteeperiod and will provide the service prescribed by the terms of the guarantee.The materials installed under this contract shall be guaranteed against defective materials, installation and workmanship a for period of not less than the manufacturer'swritten guaranteefor each type of material. UpOn receipt if notice from the Government failure of the guaranteedmaterial, within of the guaranteeperiod of the material and labor, newreplacementparts and any necessaryinstallation labor shall be furnished and accomplished the grantor at no by expenseto the Government, the material~fails within the guaranteeperiod of the If material but beyondthe guaranteeperiod of the labor, the grantor shall furnish new replacement materials to:the'Government at no expenseto the Government.Copies of each guarantee shall be included with final as-built drawingsfor future reference,of maintenance personnel, complete with the effective dates of such guaranteed. Follow these warranty instructions in conjunction with FAR 52.246-21, Warranty of Construction. 1.38 DESCRIPTION OF BiD ITEMS Provide a proposal for each of the Bid Items described in the Bid Schedule. The description for each item is a "scope description", incomplete and abbreviated, and does not detail the full range of materials and processesneeded completethe required work. to 1 All unit prices to include wasteand material overlap(i.e. on sheet of roofing material, etc.). 2 Quantities for payment purposeswill be basedon net installed area unless noted otherwise. 3 Line items listed below are for the basic year. Option year items have the same description but.have numbers prescripted by '1' (ie base year items: 0001, 0002,..0102; o~tion year items: 10001, 10002,..1010)..

Provideall labor, materials including taxes, equipment,plant, means, operations, accessoriesand incidentals indicated, specified, mentioned,scheduled,implied, or necessary a complete functiona! installation for that portion of the work. for and
GENERAL REQUIREMENTS :

01000-15 Attachment 3

Case 1:04-cv-00473-MBH
GHHN 01-1004

Document 62-6

Filed 04/22/2005

Page 16 of 18

RoofRequirements Contract

F.E. WarrenAFB,Wyoming Solicitation Number F48608-01 -R-0001 Contract Number F48608-01-D-0008

All demolition itemsshall includeall industrystandard safety andworkpractices,proper tools, enclosed chutes,dust control, dumpsters, legal disposalof wastes, etc. All work shall comply with applicableindustrial andOSHA safety standards. Demolitionitems to include associated cleanup andsurfacepreparation/ cleaningto supportsucceeding material installation. . D. 1.39 Referto the Bid Schedule providedby the Government actual breakdown Bid Items. for of

SECURITY TheContractor shall: A. Protectall Government property. Comply with Air Forcebasephysical security regulationsandprocedures, specified as herein andbriefed at the pro-construction conference. TheGovernment representative/escort will be responsible on-site security for work for within the Weapons StorageArea. Duringall on-site workwithin the Weapons Storage Area, the ContraCtor personnel will be accompanied continuouslymonitoredby a USAF and escort. Failure to remainwithin the area beingmonitored a serious breach security andsafety regulations. The is of Contractor will take all necessary action to ensurecompliance. Should contractor personnel the escort official become and separated anyreason,the unescorted for Contractor personnel shouldreport to anysecurity force personnel await further and g idance TheContracting.Officer,reserves right to denyentry onto the baseor into the "" " the Weapons StorageArea.to anyContractorpersonnel refuse to conform secarity -'. who to and/or safety regulations. Delaysresulting from suchentry denial Shall not result in anycost to the Government schedule or delay.

1.40

WSASITE ACCESS TheWeapons StorageArea(WSA) a securearea andwill remainin 24-hourdaily operation. is Contractor personnel requireescorts all times. will at ~n order to gain entry into the WSA, Contractor the mustgive a minimum ten (10) of working daysnotice prior to commencing initial work.Seealso para. D, E, andF of this section for other requirements entry. OnlyoneUSAF for inspector/escortshall be available for workper 6 people.TheContractorshall also providewaysandmeans for the Contracting Officer to contactthem after regularworking hoursfor notification of emergency changes the schedule.These to means be anyor all of the following: may telephone, pager,voice-mail,fax, e-mail,etc. TheContractor mustprepareand submit to the Contracting Officer on a weekly basis their proposed updated and daily workschedule for work in the WSA. Each schedule shall covertwo weeksfromthe dayof submittal in order to coordinate work under this contract. Eachscheduleshall be on a Government approved form and shall includebut not be limited to buildingsto beworked anyfacility access on, interruptions(doors,overhead doors,etc.), utility requirements, tests and inspections be performed.

GENERAL REQUIREMENTS :

01000-16 A~tachme~t 3

Case 1:04-cv-00473-MBH
GHHN 01-1004

Document 62-6

Filed 04/22/2005

Page 17 of 18

Roof Requirements Contract

F.E. WarrenAFB, Wyomir~g

Solicitation NumberF48608-01-R-0001 Contract NumberF48608-01 -D-0008 WSA site work hours shall be from 7:30 AMto 4:30 PM. Workdaysare Monday through Friday except federal holidays. In order to gain access into the WSA,Contractor personnel must be listed on an Entry Authorization List (EAL), identified by escort personnel, andphysically searchedand escorted on-site by an authorized escort official. Should Contractor personneland their escort official become separated for any reason, the unescorted Contractor personnel should report to any security force personneland await further guidance. Ten (10) working days prior to the initial commencement work within the WSA, of the Prime Contractor must submit to the Contracting Officer a list showingthe names of companies (i.e., PrimeContractor, SubContractor, etc.); and the full name,Social Secudty Account Number (SSAN), birth date, and Driver's License numberfor each employee being utilized for on-site work. SeeparagraphF of this section for ID requirements to get on site. Seeparagraph 1.16 for vehicle and equipment requirements. This list will be used to prepare the EALreferenced above. Owners, managers, supervisors, superintendents, foremen, etc., must be identified as such on the EALlist. Deletions to the EALmaybe made without preparing a new list. For any additions or corrections to the EAL, however,the Contractor must submit a newlist. All requested changesto an approvedlist must be submitted by the Contractor to the Contracting Officer a minimum ten (10) working days before any affected Contractor of personnelrequire accessto the site. Up(~narrival a~ the WSA worksite, Contractor personnelwill park in the designatedarea, remainclear of all fences and gates, and await the arrival of the escort and security personnel. Uponarrival, the security personnelwill identify all Contractor personnel. To enter the WSA,all Contractor personnel shall present two (2) forms of identification which match the information on the EAL. Both forms of identification are required to meetthe following:,- 1 .)~ Both.formsare required to match information the on the EAL. 2.) At.least one formmust~have individual's picture and SSAN. the To assist with identification, the Contractor mayprovide each of his personnelwith a company identification badge, with current photograph, company number, and the ID employee's SSAN. Photo IDs submitted for inclusion on the EALmust be the sameIDs that are usedfor entry and/orexit to the site. If Contractor personnelare not listed on the EAL, or those whoare listed cannot provide proper identification, they will not be permitted in the WSA. Delays caused lack of by proper EALdata or proper identification shall be at no cost to the Government. Tt~e site military security official will approve entry into the WSA, using standardAir Fome procedures, and turn Contractor personnel over to escort. Processing into the WSA will require approximately thirty (30) minutes and will not be considered delay time. Personnelmust be escorted at all times within the perimeter fence. The Contractor's vehicles and personnel will be checkedand searchedby WSA site military security personnel prior to site entry. Thesite military security official will approve exit from the WSA. Processing of the out WSA will require approximately ten (10) minutes and will not be considered delay time. Personnelmust be escgrted at all times within the perimeter fence. The Contractor's vehicles and persor~nel will be checkedand searchedby WSA site military security personnel prior to site exit. In order to take on-site photographs,Contractor personnelmust be listed on a Photoqraph Authorization List (PAL), ide_ntified by WSA site military security personnel, GENERALREQUIREMENTS : 01000-17 .~t:t achmen~c 3

Case 1:04-cv-00473-MBH
GHHN 01-1004

Document 62-6

Filed 04/22/2005

Page 18 of 18

Roof Requirements Contract

F.E. WarrenAFB, Wyoming

Soficitation NumberF48608-01-R-0001 Contract NumberF48608-01-D-0008 and physically escorted on-site by an authorized escort official. TheWSA site military secudtyofficials and the authorized escort official shall have control of whatphotographs are allowed. The PALis compiled and handled in the samemanneras the EALTen (10) working days are required to prepare the PAL. PhotographAuthorization shall processed after accessto the site. Two(2) forms of identification are required showing the individual's full name SSAN, being a picture identification. If Contractor and one personnel are not listed on the PAL, or those whoare listed cannot provide proper identification, they will not be permitted to take photographs.Delayscaused tack of by - proper PALdata or proper identification shall be at no cost to the Government. 1.41 WSA VEHICLES AND EQUIPMENT ACCESS Ten (10) working days prior to the initial commencement work within the Weapons of StorageArea, the Contractor must submit to the Contracting Officer a list showingthe License Plate numbers,Make,Model, and years of all Contractor vehicles which will needto enter the Weapons Storage Area at any time during the duration of this contract. This information can be submitted at the same time as the information for the Entry Authorization Lists, as describedpreviously. Private owned vechicals will not be authorized in the WSA Onceequipmentand supplies are brought inside the WSA perimeter fen6e, escort personnel are required to accompany advise Contractor personnel in placementand and removal of such items. The Government shall not be held responsible for loss or damage of any Contractor materials, machines,tools, or equipment. Prior to the finish of workevery day, all scaffolding and ladders must be pulled awayfrom all buildings. Nocontractor vehicles maybe left in the WSA overnight.

~.'

".END OF.SEL-~ON ¯

GENERAL REQUI REMENTS :

01000-18 Attachment 3