USDA FOREST SERVICE

SOUTHERN RESEARCH STATION

PROJECT STATEMENT OF WORK

FOREST HEALTH PROTECTION GENERATOR SHED ROOF

1.0 STATEMENT OF WORK

The Bent Creek Experimental Forest Administration Site located at 1577 Brevard Road, Asheville, NC has a need for a roof replacement on the Forest Health Protection Unit’s generator shed. This structure was built in 1975. This campus is in Buncombe County, approximately 2.1 miles south of exit #33, I-26, located on State Route 191. The campus may be entered at the driveway signed “Bent Creek Experimental Forest Sign”.

2.0 THE EXISTING FACILITY

It is the Contractor’s obligation to measure and calculate the materials and items for the work herein described. The roof to be replaced is attached to the generator shed that consists of concrete 8-8-16 blocks. Replacement of the entire roof structure including the rafters, top plates and ceiling joists is required via this Statement of Work. The interior’s plywood ceiling shall also be replaced. The building houses an electrical generator that provides auxiliary electrical power to site in case of an outage of the local electric utility.

2.1 Hazardous Materials

There are no known hazardous materials associated with this Statement of Work.

3.0 PLANNED WORK AND MATERIALS

3.1 Generator’s Operation Information

a. The generator has programmed times of operation performing a self-check, and this information is provided for the protection of the Contractor’s labor associated with this work:

1. The generator operates once per week over an estimated 20 minutes. This is an automatic run for the unit to ensure proper operation during an electrical outage. The unit is powered by natural gas. On the north side of the building, the gas supply enters as shown on the drawings, and the north wall also contains the exhaust pipe for the generator engine. This exhaust will be very hot during and after the test run.

3.2 Roof Replacement

a. The entire roof shall be removed from the existing structure down to the top of the Concrete Masonry Unit (CMU) walls. This material shall be disposed of by the Contractor, off of government property.

b. This building has no gutters and no down spouts. Guttering is not required by this Contractor.

c. The plywood ceiling of the building shall also be removed. The material used for replacement shall be 19/32” plywood. The interior face of the plywood shall be painted with one coat of white primer, and two coats of white, gloss paint. The plywood ceiling shall be attached with 1-1/2” long screws.

d. Refer to the information AS SHOWN ON THE DRAWINGS. The preferred framing for the roof is using manufactured trusses. The trusses shall be set at 12” (1 ft.) on center (o.c.). The roof pitch shall be 4/12. The truss wood shall be 2x4’s. structural grade. The trusses shall be set on top of a 2x10 top plate. “Hurricane clips” shall be attached between each truss and the top plate. Barge or fly rafters located at each gable end shall extend one foot (1 ft.) beyond the building’s foot print. The barge rafters on each gable end shall be fastened to the last two end trusses by way of notching a ‘half-lap’ joint, using 2x4 materials at the eaves, one mid span truss distance and one within 12” each side of the ridge. Upon setting each truss, the contractor shall use a string line to align the ends of the trusses for the length of the building. The sub roofing shall be 19/32” plywood material, and shall be applied to the trusses, nailing each end at 6” spacing and 8” ‘in-t he-flat’. Prior to the installation of drip edge, install a ¾” thick PVC fascia board to the eave ends of the trusses. Aluminum drip edge shall be applied to the eave end of the sub roof and on the edge of the barge rafters. Note the overhang of the starter strip and shingles in relation to the metal drip edge. One layer of 30# Felt Asphalt Material shall be installed on top of the plywood and on top of the metal drip edge. Four insect screens are required, as a minimum, on each side of the building where the trusses intersect the sidewalls.

e. Composite architectural shingle application shall be installed following the manufacturers packaging directions. The starter strip at the eaves and the first course of shingles shall be installed so that its edge is extended 3/8” over the drip edge AS SHOWN ON THE DRAWINGS. The Contractor may use one half lengths of a three tab shingle to form the roof’s starter strip. A premanufactured ridge vent shall be installed on the ridge. Because of prevailing weather patterns, the gable over laps of the ridge venting shall begin on the east end of the building and proceed across to the west end of the roof.

f. The east and west gable ends of the generator shed shall have 2x4 studs installed AS SHOWN ON THE DRAWINGS. Install the studs 16” o.c. and at the bottom of the stud at its connection of the sill plate, install metal flashing to provide drainage from the gable siding onto the outside concrete end walls. Cover the stud walls outer face with a “Tyvek” type material. The exterior gable siding shall be completed using a cementitious material. The gable ends shall be painted using two coats of brown color paint. Priming is not required if the siding is pre-primed.

3.3 Coatings – Paint

a. The interior ceiling of the building shall be painted. The Contractor shall install one coat of white primer, and two finish coats of white paint (gloss finish).

b. The exterior of the building’s concrete walls shall be repainted with the wall color that now exists on the building. The walls shall be pressure washed, then painted with one coat of the exterior paint.

c. Barge Rafter and overhangs to include any exposed new wood. The Contractor shall paint the underside of the roof overhangs and the fascia board with brown paint. The exposed 2x4’s that support the gable ends shall be covered with one coat of primer, and two coats of brown.

3.4 Electrical – Interior Ceiling

a. The existing ceiling to be replaced has electrical conduits attached on the plywood ceiling for the generator power exiting the building, conduit providing power to the florescent light, and other appurtenances. The conduits do not need to be removed for the ceiling replacement. The Contractor shall unfasten these conduits from the existing ceiling for replacement with new materials.

4.0 SUBMITTALS

4.1 Generator Shed Roofing/Sub Roof Materials

a. Asphalt Shingles – Owens Corning® Driftwood, 3-tab Asphalt Shingles

b. Roofing Nails, 1-1/2 inch length, full round head, galvanized.

c. Felt, 30# rolled underlayment; Unified Roofing Mfg. Co®

d. Aluminum Drip Edge, Union Corrugated® preformed, brown.

e. Plywood - 5/8” nominal (19/32”actual thickness). Graded for use on sub roofing and interior ceiling.

f. Vaper barrier type sheeting, Tyvek, Dupont®.

g. Tape, adhesive, Tyvek, Dupont®. For use on seams of installation of this material.

h. Siding, cementitious, Hardi Plank, 8” width, 0.315 thickness; for use on gable end finishing.

i. Fascia Trim, PVC, 5.5” width, 0.75 thickness.

j. Fasteners, felt paper – “Red Heads”, 1” length, plastic washer heads.

k. Rafter Ties – Hurricane Clips, “Simpson Brand”, 1-7/16” x 4-1/2”.

l. Nails for Rafter Ties – 1#USP, 11 ga., galvanized, 1-1/2” length.

m. Paints: Sherman Williams®: Brown – Van Dyke Brown SW 7041, Semi-gloss; White – Pure White SW 7005. gloss.

5.0 PERIOD OF PERFORMANCE

The period of performance for the work included herein is 30 days. Contract time starts within 10 days after the issuance of the Notice to Proceed.

6.0 SCHEDULING/COORDINATION OF WORK

6.1 Site Access

Parking at this site is limited in the area of the work described herein. Parking is not allowed on the lawn areas without permission of the local Point of Contact (POC). A sewer main line is located in a buried trench with a surface cleanout on the edge of the asphalt driveway in the area of this work. The Contractor shall protect this cleanout during work.

6.2 Safety

a. Work undertaken for this contract shall be performed in compliance with all applicable OSHA Regulations for protection of the workers, public, and site employees. Appropriate barricades and/or signage shall be provided during the work progression.

b. Insects/Plants – Some buildings on this campus may have wasp’s nests on roof overhangs and other areas. There may be other types of insects or spiders to contend with. The Contractor shall inform personnel working in the area of these ‘dangers’.

6.3 Sanitation

Waste generated as a result of this project becomes and remains the property and responsibility of the Contractor for proper removal and disposal. Forest Service waste bins maintained on site shall not be the receptacle for Contractors waste. The Contractor shall coordinate placement of waste bins with the local POC. The Contractor shall supply portable sanitation facilities for labor at this site.

6.4 Use of Utilities

The following utilities are available on the site for the Contractor’s use: Electricity, 110-120 volts and nearby potable water. Air compressors, air hoses, extension cords, water hoses and the like shall be furnished by the Contractor.

6.6 Site Access – An entry gate exists for security on the entry driveway. The site is open for employees during each week from 7:30AM to 5:00PM. This schedule changes on holidays, and the gate is locked on weekends. Work outside of this schedule shall be coordinated with the local POC.

7.0 APPLICABLE LICENSES, CODES, AND REFENENCES

7.1 Licensed Trades

If applicable, all tradespeople employed in the completion of the described work shall hold a current professional trade license from the States, State Professional Licensing Board. Copies of all such licenses shall be made available to the Contracting Officers Representative (COR) upon request.

7.2 Codes and References

All work shall be in compliance with the following applicable codes, but not limited to:

· International Building Code

· International Existing Building Code

· International Mechanical Code

· International Plumbing Code

· International Fire Code

· National Electric Code

All code references shall refer to the edition at the time of Contract Award.

8.0 GREEN PURCHASING

The Contractor shall utilize products and materials that promote energy conservation, pollution prevention, waste reduction, use of recovered materials, that are environmentally preferable, with recycled content and that are recyclable, are made from bio-based materials.

9.0 GOVERNMENT POINT OF CONTACT

The Government Point of Contact for this project at the site will be Sunny Lucas, 828-667-5089-X202. An alternate for the local point of contact is Henry McNab, 828-667-5261-X119. Jason Anderson, 828-259-0515, will be the Contractor’s COR for the work.

10.0 NON-PERSONAL SERVICE AGREEMENT

The Contractor’s employees performing services as described herein shall be controlled directed and supervised at all times by the Contractor. Contractor management will ensure that the employees properly comply with the performance work standards outlined in this Statement of Work. The work set forth may not be interpreted or implemented in any manner that results in the Contractor creating or modifying Federal Policy. The Government will control access to the facilities and will perform the inspection and acceptance of the completed work. The term Contractor as applied herein includes Subcontractors and Trades People.