88
SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) 1. SOLICITATION NUMBER 19RB1019R0001 2. TYPE OF SOLICITATION SEALED BID (IFB) NEGOTIATED (RFP) 3. DATE ISSUED March 11, 2019 PAGE OF PAGES 1 of 88 IMPORTANT - The "offer" section on the reverse must be fully completed by offeror. 4. CONTRACT NUMBER 5. REQUISITION/PURCHASE REQUEST NUMBER 6. PROJECT NUMBER 7. ISSUED BY CODE 8. ADDRESS OFFER TO U.S. Embassy GSO/Contracting Officer Bul. kneza A. Karadjordjevica 92 11040 Belgrade Serbia U.S. Embassy Bul. kneza A. Karadjordjevica 92 11040 Belgrade Serbia 9. FOR INFORMATION CALL: a. NAME Zoran Djordjevic b. TELEPHONE NUMBER (Include area code) (NO COLLECT CALLS) [email protected] SOLICITATION NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid and "bidder". 10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying number, date) Roof replacement at Puskinova 5, Belgrade, Serbia. SF-1442, Solicitation, Offer and Award A. Price B. Scope of Work C. Packaging and Marking D. Inspection and Acceptance E. Deliveries/Performancel F. Administrative Data G. Special Requirements H. Clauses I. List of Attachments J. Quotation Information K. Evaluation Criteria L. Representations, Certifications, and other Statements of Offerors or Quoters 11. The contractor shall begin performance within _____30_____ calendar days and complete it within ______50____________calendar days after receiving award, notice to proceed. This performance period is mandatory negotiable. (See ). 13. ADDITIONAL SOLICITATION REQUIREMENTS: a. Sealed offers in original and ___2 copies to perform the work required are due at the place specified in Item 8 by ____17:00____(hour) local time on __Monday, March 25, 2019)))(date). If this is a sealed bid solicitation, offers will be publicly opened at that time. Sealed envelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due. b. An offer guarantee is, is not required. c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. d. Offers providing less than __90___calendar days for Government acceptance after the date offers are due will not be considered and will be rejected. STANDARD FORM 1442 (REV. 8/2014) Prescribed by GSA - FAR (48 CFR) 53.236-1(d) 12a. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If "YES", indicate within how many calendar days after award in Item 12b.) 12b. CALENDAR DAYS YES NO

SOLICITATION, OFFER, 3. DATE ISSUED PAGE OF PAGES AND ... · 17. The offeror agrees to perform the work required at the prices specified below in strict accordance with the terms

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

SOLICITATION, OFFER,

AND AWARD

(Construction, Alteration, or Repair)

1. SOLICITATION NUMBER

19RB1019R0001

2. TYPE OF SOLICITATION

SEALED BID (IFB)

NEGOTIATED (RFP)

3. DATE ISSUED

March 11, 2019

PAGE OF PAGES

1 of 88

IMPORTANT - The "offer" section on the reverse must be fully completed by offeror.

4. CONTRACT NUMBER 5. REQUISITION/PURCHASE REQUEST NUMBER 6. PROJECT NUMBER

7. ISSUED BY CODE 8. ADDRESS OFFER TO

U.S. Embassy GSO/Contracting Officer Bul. kneza A. Karadjordjevica 92 11040 Belgrade Serbia

U.S. Embassy Bul. kneza A. Karadjordjevica 92 11040 Belgrade Serbia

9. FOR INFORMATION

CALL:

a. NAME

Zoran Djordjevic

b. TELEPHONE NUMBER (Include area code) (NO COLLECT CALLS)

[email protected]

SOLICITATION

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid and "bidder".

10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying number, date)

Roof replacement at Puskinova 5, Belgrade, Serbia.

SF-1442, Solicitation, Offer and Award A. PriceB. Scope of WorkC. Packaging and MarkingD. Inspection and AcceptanceE. Deliveries/PerformancelF. Administrative DataG. Special RequirementsH. ClausesI. List of AttachmentsJ. Quotation InformationK. Evaluation CriteriaL. Representations, Certifications, and other Statements of Offerors or Quoters

11. The contractor shall begin performance within _____30_____ calendar days and complete it within ______50____________calendar days after receiving

award, notice to proceed. This performance period is mandatory negotiable. (See ).

13. ADDITIONAL SOLICITATION REQUIREMENTS:

a. Sealed offers in original and ___2 copies to perform the work required are due at the place specified in Item 8 by ____17:00____(hour)

local time on __Monday, March 25, 2019)))(date). If this is a sealed bid solicitation, offers will be publicly opened at that time. Sealed envelopes

containing offers shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due.

b. An offer guarantee is, is not required.

c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference.

d. Offers providing less than __90___calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.

STANDARD FORM 1442 (REV. 8/2014)

Prescribed by GSA - FAR (48 CFR) 53.236-1(d)

12a. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS?

(If "YES", indicate within how many calendar days after award in Item 12b.)

12b. CALENDAR DAYS

YES NO

OFFER (Must be fully completed by offeror)

14. NAME AND ADDRESS OF OFFEROR (Include ZIP Code) 15. TELEPHONE NUMBER (Include area code)

Email address:

16. REMITTANCE ADDRESS (Include only if different than Item 14.)

CODE FACILITY CODE

17. The offeror agrees to perform the work required at the prices specified below in strict accordance with the terms of this solicitation, if this offer is accepted

by the Government in writing within calendar days after the date offers are due. (Insert any number equal to or greater than the minimum requirement

stated in Item 13d. Failure to insert any number means the offeror accepts the minimum in Item 13d.)

18. The offeror agrees to furnish any required performance and payment bonds.

19. ACKNOWLEDGMENT OF AMENDMENTS (The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)

AMENDMENT

NUMBER

DATE.

20a. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print) 20b. SIGNATURE 20c. OFFER DATE

21. ITEMS ACCEPTED:

AWARD (To be completed by Government)

CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE

28. NEGOTIATED AGREEMENT (Contractor is required to sign this document

and return copies to issuing office.) Contractor agrees to furnish

and deliver all items or perform all work requirements identified on this form and

any continuation sheets for the consideration stated in this contract. The rights

and obligations of the parties to this contract shall be governed by (a) this contract

award, (b) the solicitation, and (c) the clauses, representations, certifications, and

specifications incorporated by reference in or attached to this contract.

29. AWARD (Contractor is not required to sign this document.) Your offer on this

solicitation is hereby accepted as to the items listed. This award consummates the

contract, which consists of (a) the Government solicitation and your offer, and (b)

this contract award. No further contractual document is necessary.

30a. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED TO SIGN

(Type or print) 31a. NAME OF CONTRACTING OFFICER (Type or print)

30b. SIGNATURE 30c. DATE 31b. UNITED STATES OF AMERICA

BY

31c. DATE

STANDARD FORM 1442 (REV. 8/2014) BACK

AMOUNTS

22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA

24. SUBMIT INVOICES TO ADDRESS SHOWN IN

(4 copies unless otherwise specified)

ITEM 25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO

10 U.S.C. 2304(c) ( ) 41 U.S.C. 3304(a) ( )

26. ADMINISTERED BY 27. PAYMENT WILL BE MADE BY

U.S. Embassy Belgrade 19RB1019R0001

Page 1 of 36

(not including Attachments)

TABLE OF CONTENTS

SF-1442 COVER SHEET

A. PRICE

B. SCOPE OF WORK

C. PACKAGING AND MARKING

D. INSPECTION AND ACCEPTANCE

E. DELIVERIES OR PERFORMANCE

F. ADMINISTRATIVE DATA

G. SPECIAL REQUIREMENTS

H. CLAUSES

I. LIST OF ATTACHMENTS

J. QUOTATION INFORMATION

K. EVALUATION CRITERIA

L. REPRESENTATIONS, CERTIFICATIONS, AND OTHER

STATEMENTS OF OFFERORS OR QUOTERS

ATTACHMENTS:

Attachment 1: Statement of Work

Attachment 2: Drawings

Attachment 3: Information for Offerors

Attachment 4: Sample Letter of Bank Guaranty

Attachment 5: Breakdown of Price by Divisions of Specifications

U.S. Embassy Belgrade 19RB1019R0001

Page 2 of 36

(not including Attachments)

REQUEST FOR QUOTATIONS - CONSTRUCTION

A. PRICE

The Contractor shall complete all work, including furnishing all labor, material,

equipment and services required under this purchase order for the following firm fixed price

and within the time specified. This price shall include all labor, materials, all insurances,

overhead and profit.

Total Price (including all labor, materials, overhead and profit)

USD

Defense Base Act insurance USD

CONTRACT GRAND TOTAL USD

A.1 VALUE ADDED TAX

The Government will not reimburse the Contractor for VAT under this contract. The

Contractor shall not include a line for VAT on Invoices as the U.S. Embassy has a tax

exemption certificate with the host government.

B. SCOPE OF WORK

The character and scope of the work are set forth in the contract. The Contractor shall

furnish and install all materials required by this contract.

In case of differences between small and large-scale drawings, the latter will govern.

Where a portion of the work is drawn in detail and the remainder of the work is indicated in

outline, the parts drawn in detail shall apply also to all other portions of the work.

C. PACKAGING AND MARKING

Mark materials delivered to the site as follows:

U.S. Embassy

Facilities Management

Bul. kneza A. Karadjordjevica 92

11040 Belgrade

Serbia

U.S. Embassy Belgrade 19RB1019R0001

Page 3 of 36

(not including Attachments)

D. INSPECTION AND ACCEPTANCE

The COR, or his/her authorized representatives, will inspect from time to time the services

being performed and the supplies furnished to determine whether work is being performed in

a satisfactory manner, and that all supplies are of acceptable quality and standards.

The Contractor shall be responsible for any countermeasures or corrective action, within the

scope of this contract, which may be required by the Contracting Officer as a result of such

inspection.

D.1 SUBSTANTIAL COMPLETION

(a) "Substantial Completion" means the stage in the progress of the work as

determined and certified by the Contracting Officer in writing to the Contractor, on which the

work (or a portion designated by the Government) is sufficiently complete and satisfactory.

Substantial completion means that the property may be occupied or used for the purpose for

which it is intended, and only minor items such as touch-up, adjustments, and minor

replacements or installations remain to be completed or corrected which:

(1) do not interfere with the intended occupancy or utilization of the work, and

(2) can be completed or corrected within the time period required for final

completion.

(b) The "date of substantial completion" means the date determined by the

Contracting Officer or authorized Government representative as of which substantial

completion of the work has been achieved.

Use and Possession upon Substantial Completion - The Government shall have the

right to take possession of and use the work upon substantial completion. Upon notice by the

Contractor that the work is substantially complete (a Request for Substantial Completion) and

an inspection by the Contracting Officer or an authorized Government representative

(including any required tests), the Contracting Officer shall furnish the Contractor a

Certificate of Substantial Completion. The certificate will be accompanied by a Schedule of

Defects listing items of work remaining to be performed, completed or corrected before final

completion and acceptance. Failure of the Contracting Officer to list any item of work shall

not relieve the Contractor of responsibility for complying with the terms of the contract. The

Government's possession or use upon substantial completion shall not be deemed an

acceptance of any work under the contract.

D.2 FINAL COMPLETION AND ACCEPTANCE

D.2.1 "Final completion and acceptance" means the stage in the progress of the

work as determined by the Contracting Officer and confirmed in writing to the Contractor, at

which all work required under the contract has been completed in a satisfactory manner,

subject to the discovery of defects after final completion, and except for items specifically

excluded in the notice of final acceptance.

D.2.2 The "date of final completion and acceptance" means the date determined by

the Contracting Officer when final completion of the work has been achieved, as indicated by

written notice to the Contractor.

U.S. Embassy Belgrade 19RB1019R0001

Page 4 of 36

(not including Attachments)

D.2.3 FINAL INSPECTION AND TESTS. The Contractor shall give the

Contracting Officer at least five (5) days advance written notice of the date when the work

will be fully completed and ready for final inspection and tests. Final inspection and tests

will be started not later than the date specified in the notice unless the Contracting Officer

determines that the work is not ready for final inspection and so informs the Contractor.

D.2.4 FINAL ACCEPTANCE. If the Contracting Officer is satisfied that the work

under the contract is complete (with the exception of continuing obligations), the Contracting

Officer shall issue to the Contractor a notice of final acceptance and make final payment

upon:

Satisfactory completion of all required tests,

A final inspection that all items by the Contracting Officer listed in the

Schedule of Defects have been completed or corrected and that the work is finally

complete (subject to the discovery of defects after final completion), and

Submittal by the Contractor of all documents and other items required upon

completion of the work, including a final request for payment (Request for Final

Acceptance).

E. DELIVERIES OR PERFORMANCE

52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK

(APR 1984)

The Contractor shall be required to:

(a) commence work under this contract within 30 calendar days after the date

the Contractor receives the notice to proceed,

(b) prosecute the work diligently, and,

(c) complete the entire work ready for use not later than 50 calendar days after

award.

The time stated for completion shall include final cleanup of the premises.

52.211-12 LIQUIDATED DAMAGES - CONSTRUCTION (SEPT 2000)

(a) If the Contractor fails to complete the work within the time specified in the

contract, or any extension, the Contractor shall pay liquidated damages to the Government in

the amount of $167.13 for each calendar day of delay until the work is completed or

accepted.

(b) If the Government terminates the Contractor’s right to proceed, liquidated

damages will continue to accrue until the work is completed. These liquidated damages are

in addition to excess costs of repurchase under the Default clause.

CONTRACTOR'S SUBMISSION OF CONSTRUCTION SCHEDULES

(a) The time for submission of the schedules referenced in FAR 52.236-15,

"Schedules for Construction Contracts", paragraph (a), is hereby modified to reflect the due

U.S. Embassy Belgrade 19RB1019R0001

Page 5 of 36

(not including Attachments)

date for submission as "10 calendar days after receipt of an executed contract".

(b) These schedules shall include the time by which shop drawings, product data,

samples and other submittals required by the contract will be submitted for approval.

(c) The Contractor shall revise such schedules (1) to account for the actual progress

of the work, (2) to reflect approved adjustments in the performance schedule, and (3) as

required by the Contracting Officer to achieve coordination with work by the Government

and any separate contractors used by the Government. The Contractor shall submit a

schedule, which sequences work so as to minimize disruption at the job site.

(d) All deliverables shall be in the English language and any system of dimensions

(English or metric) shown shall be consistent with that used in the contract. No extension of

time shall be allowed due to delay by the Government in approving such deliverables if the

Contractor has failed to act promptly and responsively in submitting its deliverables. The

Contractor shall identify each deliverable as required by the contract.

(e) Acceptance of Schedule: When the Government has accepted any time schedule;

it shall be binding upon the Contractor. The completion date is fixed and may be extended

only by a written contract modification signed by the Contracting Officer. Acceptance or

approval of any schedule or revision thereof by the Government shall not:

(1) Extend the completion date or obligate the Government to do so,

(2) Constitute acceptance or approval of any delay, or

(3) Excuse the Contractor from or relieve the Contractor of its obligation

to maintain the progress of the work and achieve final completion by

the established completion date.

NOTICE OF DELAY

If the Contractor receives a notice of any change in the work, or if any other

conditions arise which are likely to cause or are actually causing delays which the Contractor

believes may result in late completion of the project, the Contractor shall notify the

Contracting Officer. The Contractor’s notice shall state the effect, if any, of such change or

other conditions upon the approved schedule, and shall state in what respects, if any, the

relevant schedule or the completion date should be revised. The Contractor shall give such

notice promptly, not more than ten (10) days after the first event giving rise to the delay or

prospective delay. Only the Contracting Officer may make revisions to the approved time

schedule.

U.S. Embassy Belgrade 19RB1019R0001

Page 6 of 36

(not including Attachments)

NOTICE TO PROCEED

(a) After receiving and accepting any bonds or evidence of insurance, the Contracting

Officer will provide the Contractor a Notice to Proceed. The Contractor must then prosecute

the work, commencing and completing performance not later than the time period established

in the contract.

(b) It is possible that the Contracting Officer may elect to issue the Notice to Proceed

before receipt and acceptance of any bonds or evidence of insurance. Issuance of a Notice to

Proceed by the Government before receipt of the required bonds or insurance certificates or

policies shall not be a waiver of the requirement to furnish these documents.

WORKING HOURS

All work shall be performed during regular business hours, between 08:30 and 17:00

Monday through Friday. Other hours, if requested by the Contractor, may be approved by the

Contracting Officer's Representative (COR). The Contractor shall give 24 hours in advance

to COR who will consider any deviation from the hours identified above. Changes in work

hours, initiated by the Contractor, will not be a cause for a price increase.

PRECONSTRUCTION CONFERENCE

A preconstruction conference will be held 10 days after contract award at the U.S. Embassy

in Belgrade to discuss the schedule, submittals, notice to proceed, mobilization and other

important issues that effect construction progress. See FAR 52.236-26, Preconstruction

Conference.

DELIVERABLES - The following items shall be delivered under this contract

Description Quantity Deliver Date Deliver

To

Section G. Securities/Insurance 1

10 days after

award CO

Section E. Construction Schedule 1

10 days after

award COR

Section E. Preconstruction Conference 1

10 days after

award COR

Section G. Personnel Biographies 1

10 days after

award COR

Section F. Payment Request 1

Last calendar day

of each month COR

Section D. Request for Substantial

Completion 1

15 days before

inspection COR

Section D. Request for Final Acceptance 1

5 days before

inspection COR

Statement of Work. Punch List 1

5 days after

agreement COR

U.S. Embassy Belgrade 19RB1019R0001

Page 7 of 36

(not including Attachments)

F. ADMINISTRATIVE DATA

652.242-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (AUG 1999)

(a) The Contracting Officer may designate in writing one or more Government

employees, by name or position title, to take action for the Contracting Officer under this

contract. Each designee shall be identified as a Contracting Officer’s Representative (COR).

Such designation(s) shall specify the scope and limitations of the authority so delegated;

provided, that the designee shall not change the terms or conditions of the contract, unless the

COR is a warranted Contracting Officer and this authority is delegated in the designation.

(b) The COR for this contract is the Residential Maintenance Supervisor.

Payment: The Contractor's attention is directed to Section H, 52.232-5, "Payments Under

Fixed-Price Construction Contracts". The following elaborates on the information contained

in that clause.

Requests for payment, may be made no more frequently than monthly. Payment

requests shall cover the value of labor and materials completed and in place, including a

prorated portion of overhead and profit.

After receipt of the Contractor's request for payment, and on the basis of an inspection

of the work, the Contracting Officer shall make a determination as to the amount, which is

then due. If the Contracting Officer does not approve payment of the full amount applied for,

less the retainage allowed by in 52.232-5, the Contracting Officer shall advise the Contractor

as to the reasons.

Under the authority of 52.232-27(a), the 14 day period identified in FAR 52.232-

27(a)(1)(i)(A) is hereby changed to 30 days.

American Embassy

Financial Management Office

Bul. kneza A. Karadjordjevica 92

11040 Belgrade

Serbia

G. SPECIAL REQUIREMENTS

G.1.0 PERFORMANCE/PAYMENT PROTECTION - The Contractor shall furnish

some form of payment protection as described in 52.228-13 in the amount of 50% of the

contract price in the form of an irrevocable letter of credit or bank guarantee.

G.1.1 The Contractor shall provide the information required by the paragraph above

within ten (10) calendar days after award. Failure to timely submit the required security may

result in rescinding or termination of the contract by the Government. If the contract is

terminated, the Contractor will be liable for those costs as described in FAR 52.249-10,

Default (Fixed-Price Construction), which is included in this purchase order.

U.S. Embassy Belgrade 19RB1019R0001

Page 8 of 36

(not including Attachments)

G.1.2 The bonds or alternate performance security shall guarantee the Contractor's

execution and completion of the work within the contract time. This security shall also

guarantee the correction of any defects after completion, the payment of all wages and other

amounts payable by the Contractor under its subcontracts or for labor and materials, and the

satisfaction or removal of any liens or encumbrances placed on the work.

G.1.3 The required securities shall remain in effect in the full amount required until

final acceptance of the project by the Government. Upon final acceptance, the penal sum of

the performance security shall be reduced to 10% of the contract price. The security shall

remain in effect for one year after the date of final completion and acceptance, and the

Contractor shall pay any premium required for the entire period of coverage.

G.2.0 INSURANCE - The Contractor is required by FAR 52.228-5, "Insurance -

Work on a Government Installation" to provide whatever insurance is legally necessary. The

Contractor shall at its own expense provide and maintain during the entire performance

period the following insurance amounts:

G.2.1 GENERAL LIABILITY (includes premises/operations, collapse hazard,

products, completed operations, contractual, independent contractors, broad form property

damage, personal injury) :

(1) Bodily Injury, On or Off the Site, in U.S. Dollars

Per Occurrence $5,000.00

Cumulative $20,000.00

(2) Property Damage, On or Off the Site, in U.S. Dollars

Per Occurrence $20,000.00

Cumulative $150,000.00

G.2.2 The foregoing types and amounts of insurance are the minimums required.

The Contractor shall obtain any other types of insurance required by local law or that are

ordinarily or customarily obtained in the location of the work. The limit of such insurance

shall be as provided by law or sufficient to meet normal and customary claims.

G.2.3 The Contractor agrees that the Government shall not be responsible for

personal injuries or for damages to any property of the Contractor, its officers, agents,

servants, and employees, or any other person, arising from and incident to the Contractor's

performance of this contract. The Contractor shall hold harmless and indemnify the

Government from any and all claims arising therefrom, except in the instance of gross

negligence on the part of the Government.

G.2.4 The Contractor shall obtain adequate insurance for damage to, or theft of,

materials and equipment in insurance coverage for loose transit to the site or in storage on or

off the site.

U.S. Embassy Belgrade 19RB1019R0001

Page 9 of 36

(not including Attachments)

G.2.5 The general liability policy required of the Contractor shall name "the United

States of America, acting by and through the Department of State", as an additional insured

with respect to operations performed under this contract.

G.3.0 DOCUMENT DESCRIPTIONS

G.3.1 SUPPLEMENTAL DOCUMENTS: The Contracting Officer shall furnish

from time to time such detailed drawings and other information as is considered necessary, in

the opinion of the Contracting Officer, to interpret, clarify, supplement, or correct

inconsistencies, errors or omissions in the Contract documents, or to describe minor changes

in the work not involving an increase in the contract price or extension of the contract time.

The Contractor shall comply with the requirements of the supplemental documents, and

unless prompt objection is made by the Contractor within 20 days, their issuance shall not

provide for any claim for an increase in the Contract price or an extension of contract time.

G.3.1.1. RECORD DOCUMENTS. The Contractor shall maintain at the project site:

(1) a current marked set of Contract drawings and specifications indicating all

interpretations and clarification, contract modifications, change orders, or any

other departure from the contract requirements approved by the Contracting

Officer; and,

(2) a complete set of record shop drawings, product data, samples and other

submittals as approved by the Contracting Officer.

G.3.1.2 . "As-Built" Documents: After final completion of the work, but before final

acceptance thereof, the Contractor shall provide:

(1) a complete set of "as-built" drawings, based upon the record set of drawings,

marked to show the details of construction as actually accomplished; and,

(2) record shop drawings and other submittals, in the number and form as required by

the specifications.

G.4.0 LAWS AND REGULATIONS - The Contractor shall, without additional

expense to the Government, be responsible for complying with all laws, codes, ordinances,

and regulations applicable to the performance of the work, including those of the host

country, and with the lawful orders of any governmental authority having jurisdiction. Host

country authorities may not enter the construction site without the permission of the

Contracting Officer. Unless otherwise directed by the Contracting Officer, the Contractor

shall comply with the more stringent of the requirements of such laws, regulations and orders

and of the contract. In the event of a conflict between the contract and such laws, regulations

and orders, the Contractor shall promptly advise the Contracting Officer of the conflict and of

the Contractor's proposed course of action for resolution by the Contracting Officer.

G.4.1 The Contractor shall comply with all local labor laws, regulations, customs

and practices pertaining to labor, safety, and similar matters, to the extent that such

compliance is not inconsistent with the requirements of this contract.

G.4.2 The Contractor shall give written assurance to the Contracting Officer that all

subcontractors and others performing work on or for the project have obtained all requisite

U.S. Embassy Belgrade 19RB1019R0001

Page 10 of 36

(not including Attachments)

licenses and permits.

G.4.3 The Contractor shall submit proper documentation and evidence satisfactory

to the Contracting Officer of compliance with this clause.

G.5.0 CONSTRUCTION PERSONNEL - The Contractor shall maintain discipline

at the site and at all times take all reasonable precautions to prevent any unlawful, riotous, or

disorderly conduct by or among those employed at the site. The Contractor shall ensure the

preservation of peace and protection of persons and property in the neighborhood of the

project against such action. The Contracting Officer may require, in writing that the

Contractor remove from the work any employee that the Contracting Officer deems

incompetent, careless, insubordinate or otherwise objectionable, or whose continued

employment on the project is deemed by the Contracting Officer to be contrary to the

Government's interests.

G.5.1 If the Contractor has knowledge that any actual or potential labor dispute is

delaying or threatens to delay the timely performance of this contract, the Contractor shall

immediately give notice, including all relevant information, to the Contracting Officer.

G.5.2 After award, the Contractor has ten calendar days to submit to the Contracting

Officer a list of workers and supervisors assigned to this project for the Government to

conduct all necessary security checks. It is anticipated that security checks will take up to 90

days to perform. For each individual the list shall include:

Full Name

Place and Date of Birth

Current Address

Identification number

Court certificate (Potvrda o nekaznjavanju/da lice nije pod istragom)

Failure to provide any of the above information may be considered grounds for

rejection and/or resubmittal of the application. Once the Government has completed the

security screening and approved the applicants a badge will be provided to the individual for

access to the site. This badge may be revoked at any time due to the falsification of data, or

misconduct on site.

G.5.3 The Contractor shall provide an English speaking supervisor on site at all

times. This position is considered as key personnel under this purchase order.

G.6.0 Materials and Equipment - All materials and equipment incorporated into the

work shall be new and for the purpose intended, unless otherwise specified. All

workmanship shall be of good quality and performed in a skillful manner that will withstand

inspection by the Contracting Officer.

G.7.0 SPECIAL WARRANTIES

G.7.1 Any special warranties that may be required under the contract shall be subject to the

stipulations set forth in 52.246-21, "Warranty of Construction", as long as they are not in

conflict.

U.S. Embassy Belgrade 19RB1019R0001

Page 11 of 36

(not including Attachments)

G.7.2 The Contractor shall obtain and furnish to the Government all information

required to make any subcontractor's, manufacturer's, or supplier's guarantee or warranty

legally binding and effective. The Contractor shall submit both the information and the

guarantee or warranty to the Government in sufficient time to permit the Government to meet

any time limit specified in the guarantee or warranty, but not later than completion and

acceptance of all work under this contract.

G.8.0 EQUITABLE ADJUSTMENTS

Any circumstance for which the contract provides an equitable adjustment that causes

a change within the meaning of paragraph (a) of the "Changes" clause shall be treated as a

change under that clause; provided, that the Contractor gives the Contracting Officer prompt

written notice (within 20 days) stating:

(a) the date, circumstances, and applicable contract clause authorizing an equitable

adjustment and

(b) that the Contractor regards the event as a changed condition for which an

equitable adjustment is allowed under the contract

The Contractor shall provide written notice of a differing site condition within 10

calendar days of occurrence following FAR 52.236-2, Differing Site Conditions.

G.9.0 ZONING APPROVALS AND PERMITS

The Government shall be responsible for:

- obtaining proper zoning or other land use control approval for the project

- obtaining the approval of the Contracting Drawings and Specifications

- paying fees due for the foregoing; and,

- for obtaining and paying for the initial building permits.

U.S. Embassy Belgrade 19RB1019R0001

Page 12 of 36

(not including Attachments)

H. CLAUSES

This contract incorporates one or more clauses by reference, with the same force and

effect as if they were given in full text. Upon request, the Contracting Officer will make their

full text available. Also, the full text of a clause may be accessed electronically at this

address: https://www.acquisition.gov/browse/index/far Please note this address is subject to

change.

If the Federal Acquisition Regulation (FAR) is not available at the location indicated

above, you may use an internet “search engine” (for example, Google, Yahoo, Excite) to

obtain the latest location of the most current FAR.

The following Federal Acquisition Regulation clause(s) is/are incorporated by reference

(48 CFR CH. 1):

CLAUSE TITLE AND DATE

52.202-1 DEFINITIONS (NOV 2013)

52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR

PERSONNEL (JAN 2011)

52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER

SUBCONTRACT AWARDS (OCT 2018)

52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)

52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE

(OCT 2018)

52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND

CERTIFICATIONS (DEC 2014)

52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN

SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED

OR PROPOSED FOR DEBARMENT (OCT 2015)

52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING

RESPONSIBILITY MATTERS (JUL 2013)

52.213-4 TERMS AND CONDITIONS-SIMPLIFIED ACQUISITIONS (OTHER

THAN COMMERCIAL ITEMS) (OCT 2018)

52.216-7 ALLOWABLE COST AND PAYMENT (JUN 2013)

52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997)

U.S. Embassy Belgrade 19RB1019R0001

Page 13 of 36

(not including Attachments)

52.222-19 CHILD LABOR – COOPERATION WITH AUTHORITIES AND

REMEDIES (JAN 2018)

52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009)

52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT

MESSAGING WHILE DRIVING (AUG 2011)

52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008)

52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND

TRANSLATION OF CONTRACT (FEB 2000)

52.228-3 WORKERS COMPENSATION INSURANCE (DEFENSE BASE ACT)

(JUL 2014)

52.228-4 WORKERS’ COMPENSATION AND WAR-HAZARD INSURANCE

OVERSEAS (APR 1984)

52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN

1997)

52.228-11 PLEDGES OF ASSETS (JAN 2012)

52.228-13 ALTERNATIVE PAYMENT PROTECTION (JULY 2000)

52.228-14 IRREVOCABLE LETTER OF CREDIT (NOV 2014)

52.229-6 TAXES - FOREIGN FIXED-PRICE CONTRACTS (FEB 2013)

52.229-7 TAXES- FIXED PRICE CONTRACTS WITH FOREIGN GOVERNMENTS

(FEB 2013)

52.232-5 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS

(MAY 2014)

52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002)

52.232-11 EXTRAS (APR 1984)

52.232-18 AVAILABILITY OF FUNDS (APR 1984)

52.232-22 LIMITATION OF FUNDS (APR 1984)

52.232-25 PROMPT PAYMENT (JULY 2013)

52.232-27 PROMPT PAYMENT FOR CONSTRUCTION CONTRACTS (MAY 2014)

52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER - SYSTEM FOR

AWARD MANAGEMENT (OCT 2018)

U.S. Embassy Belgrade 19RB1019R0001

Page 14 of 36

(not including Attachments)

52.232-34 PAYMENT BY ELECTRONIC FUNDS TRANSFER – OTHER THAN

SYSTEM FOR AWARD MANAGEMENT (JULY 2013)

52.233-1 DISPUTES (MAY 2014) Alternate I (DEC 1991)

52.233-3 PROTEST AFTER AWARD (AUG 1996)

52.236-2 DIFFERING SITE CONDITIONS (APR 1984)

52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK

(APR 1984)

52.236-5 MATERIAL AND WORKMANSHIP (APR 1984)

52.236-6 SUPERINTENDENCE BY THE CONTRACTOR (APR 1984)

52.236-7 PERMITS AND RESPONSIBILITIES (NOV 1991)

52.236-8 OTHER CONTRACTS (APR 1984)

52.236-9 PROTECTION OF EXISTING VEGETATION, STRUCTURES,

EQUIPMENT, UTILITIES, AND IMPROVEMENTS (APR 1984)

52.236-10 OPERATIONS AND STORAGE AREAS (APR 1984)

52.236-11 USE AND POSSESSION PRIOR TO COMPLETION (APR 1984)

52.236-12 CLEANING UP (APR 1984)

52.236-13 ACCIDENT PREVENTION (NOV 1991)

52.236-14 AVAILABILITY AND USE OF UTILITY SERVICES (APR 1984)

52.236-15 SCHEDULES FOR CONSTRUCTION CONTRACTS (APR 1984)

52.236-21 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (FEB 1997)

52.236-26 PRECONSTRUCTION CONFERENCE (FEB 1995)

52.242-14 SUSPENSION OF WORK (APR 1984)

52.243-4 CHANGES (JUN 2007)

52.243-5 CHANGES AND CHANGED CONDITIONS (APR 1984)

52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (AUG 2018)

52.245-2 GOVERNMENT PROPERTY INSTALLATION OPERATION SERVICES

(APR 2012)

U.S. Embassy Belgrade 19RB1019R0001

Page 15 of 36

(not including Attachments)

52.245-9 USE AND CHARGES (APR 2012)

52.246-12 INSPECTION OF CONSTRUCTION (AUG 1996)

52.246-17 WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)

52.246-21 WARRANTY OF CONSTRUCTION (MAR 1994)

52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-

PRICE) (APR 2012) Alternate I (SEPT 1996)

52.249-10 DEFAULT (FIXED-PRICE CONSTRUCTION) (APR 1984)

52.249-14 EXCUSABLE DELAYS (APR 1984)

The following Department of State Acquisition Regulation (DOSAR) clause(s) is/are set

forth in full text:

652.204-70 DEPARTMENT OF STATE PERSONAL IDENTIFICATION CARD

ISSUANCE PROCEDURES (MAY 2011)

(a) The Contractor shall comply with the Department of State (DOS) Personal

Identification Card Issuance Procedures for all employees performing under this contract who

require frequent and continuing access to DOS facilities, or information systems. The

Contractor shall insert this clause in all subcontracts when the subcontractor’s employees will

require frequent and continuing access to DOS facilities, or information systems.

(b) Reserved.

(End of clause)

652.229-71 PERSONAL PROPERTY DISPOSITION AT POSTS ABROAD (AUG 1999)

Regulations at 22 CFR Part 136 require that U.S. Government employees and their

families do not profit personally from sales or other transactions with persons who are not

themselves entitled to exemption from import restrictions, duties, or taxes. Should the

Contractor experience importation or tax privileges in a foreign country because of its

contractual relationship to the United States Government, the Contractor shall observe the

requirements of 22 CFR Part 136 and all policies, rules, and procedures issued by the chief of

mission in that foreign country.

(End of clause)

CONTRACTOR IDENTIFICATION (JULY 2008)

Contract performance may require contractor personnel to attend meetings with

government personnel and the public, work within government offices, and/or utilize

government email.

U.S. Embassy Belgrade 19RB1019R0001

Page 16 of 36

(not including Attachments)

Contractor personnel must take the following actions to identify themselves as non-

federal employees:

1) Use an e-mail signature block that shows name, the office being supported and

company affiliation (e.g. “John Smith, Office of Human Resources, ACME

Corporation Support Contractor”);

2) Clearly identify themselves and their contractor affiliation in meetings;

3) Identify their contractor affiliation in Departmental e-mail and phone listings

whenever contractor personnel are included in those listings; and

4) Contractor personnel may not utilize Department of State logos or indicia on business

cards.

(End of clause)

652.236-70 ADDITIONAL SAFETY MEASURES (OCT 2017)

In addition to the safety/accident prevention requirements of FAR 52.236-13, Accident

Prevention Alternate I, the contractor shall comply with the following additional safety

measures.

(a) High Risk Activities. If the project contains any of the following high risk activities, the

contractor shall follow the section in the latest edition, as of the date of the solicitation, of the

U.S. Army Corps of Engineers Safety and Health manual, EM 385-1-1, that corresponds to the

high risk activity. Before work may proceed, the contractor must obtain approval from the

COR of the written safety plan required by FAR 52.236-13, Accident Prevention Alternate I

(see paragraph (f) below), containing specific hazard mitigation and control techniques.

(1) Scaffolding;

(2) Work at heights above 1.8 meters;

(3) Trenching or other excavation greater than one (1) meter in depth;

(4) Earth-moving equipment and other large vehicles;

(5) Cranes and rigging;

(6) Welding or cutting and other hot work;

(7) Partial or total demolition of a structure;

(8) Temporary wiring, use of portable electric tools, or other recognized electrical

hazards. Temporary wiring and portable electric tools require the use of a ground fault circuit

interrupter (GFCI) in the affected circuits; other electrical hazards may also require the use of

a GFCI;

(9) Work in confined spaces (limited exits, potential for oxygen less than 19.5 percent

or combustible atmosphere, potential for solid or liquid engulfment, or other hazards

considered to be immediately dangerous to life or health such as water tanks, transformer

vaults, sewers, cisterns, etc.);

U.S. Embassy Belgrade 19RB1019R0001

Page 17 of 36

(not including Attachments)

(10) Hazardous materials - a material with a physical or health hazard including but not

limited to, flammable, explosive, corrosive, toxic, reactive or unstable, or any operations,

which creates any kind of contamination inside an occupied building such as dust from

demolition activities, paints, solvents, etc.; or

(11) Hazardous noise levels as required in EM 385-1 Section 5B or local standards if

more restrictive.

(b) Safety and Health Requirements. The contractor and all subcontractors shall comply

with the latest edition of the U.S. Army Corps of Engineers Safety and Health manual EM 385-

1-1, or OSHA 29 CFR parts 1910 or 1926 if no EM 385-1-1 requirements are applicable, and

the accepted contractor’s written safety program.

(c) Mishap Reporting. The contractor is required to report immediately all mishaps to the

COR and the contracting officer. A “mishap” is any event causing injury, disease or illness,

death, material loss or property damage, or incident causing environmental contamination. The

mishap reporting requirement shall include fires, explosions, hazardous materials

contamination, and other similar incidents that may threaten people, property, and equipment.

(d) Records. The contractor shall maintain an accurate record on all mishaps incident to work

performed under this contract resulting in death, traumatic injury, occupational disease, or

damage to or theft of property, materials, supplies, or equipment. The contractor shall report

this data in the manner prescribed by the contracting officer.

(e) Subcontracts. The contractor shall insert this clause, including this paragraph (e), with

appropriate changes in the designation of the parties, in subcontracts.

(f) Written program. The plan required by paragraph (f)(1) of the clause entitled “Accident

Prevention Alternate I” shall be known as the Site Safety and Health Plan (SSHP) and shall

address any activities listed in paragraph (a) of this clause, or as otherwise required by the

contracting officer/COR.

(1) The SSHP shall be submitted at least 10 working days prior to commencing any

activity at the site.

(2) The plan must address developing activity hazard analyses (AHAs) for specific

tasks. The AHAs shall define the activities being performed and identify the work sequences,

the specific anticipated hazards, site conditions, equipment, materials, and the control measures

to be implemented to eliminate or reduce each hazard to an acceptable level of risk. Work shall

not begin until the AHA for the work activity has been accepted by the COR and discussed

with all engaged in the activity, including the Contractor, subcontractor(s), and Government

on-site representatives.

(3) The names of the Competent/Qualified Person(s) required for a particular activity

(for example, excavations, scaffolding, fall protection, other activities as specified by

EM 385-1-1) shall be identified and included in the AHA. Proof of their

competency/qualification shall be submitted to the contracting officer or COR for acceptance

prior to the start of that work activity. The AHA shall be reviewed and modified as necessary

to address changing site conditions, operations, or change of competent/qualified person(s).

(End of clause)

U.S. Embassy Belgrade 19RB1019R0001

Page 18 of 36

(not including Attachments)

652.242-73 AUTHORIZATION AND PERFORMANCE (AUG 1999)

(a) The Contractor warrants the following:

(1) That is has obtained authorization to operate and do business in the country or

countries in which this contract will be performed;

(2) That is has obtained all necessary licenses and permits required to perform this

contract; and,

(3) That it shall comply fully with all laws, decrees, labor standards, and regulations

of said country or countries during the performance of this contract.

(b) If the party actually performing the work will be a subcontractor or joint venture

partner, then such subcontractor or joint venture partner agrees to the requirements of

paragraph (a) of

this clause.

(End of clause)

652.243-70 NOTICES (AUG 1999)

Any notice or request relating to this contract given by either party to the other shall

be in writing. Said notice or request shall be mailed or delivered by hand to the other party at

the address provided in the schedule of the contract. All modifications to the contract must

be made in writing by the Contracting Officer.

(End of clause)

U.S. Embassy Belgrade 19RB1019R0001

Page 19 of 36

(not including Attachments)

I. LIST OF ATTACHMENTS

ATTACHMENT

NUMBER DESCRIPTION OF ATTACHMENT

NUMBER OF

PAGES

Attachment 1 Statement of Work 50

Attachment 2 Drawings 6

Attachment 3 Sample Letter of Bank Guaranty 1

Attachment 4 Breakdown of Price by Divisions of Specifications 1

U.S. Embassy Belgrade 19RB1019R0001

Page 20 of 36

(not including Attachments)

J. QUOTATION INFORMATION

The Offeror shall include Defense Base Act (DBA) insurance premium costs covering

employees. The offeror may obtain DBA insurance directly from any Department of Labor

approved providers at the DOL website at http://www.dol.gov/owcp/dlhwc/lscarrier.htm

Instructions on how to obtain Defense Base Act (DBA) insurance is available on the Embassy

web page at this address:

https://rs.usembassy.gov/wp-content/uploads/sites/235/2017/04/Defense-Base-Act-DBA-

Frequently-Asked-Questions.pdf

A. QUALIFICATIONS OF OFFERORS

Offerors/quoters must be technically qualified and financially responsible to

perform the work described in this solicitation. At a minimum, each Offeror/Quoter must

meet the following requirements:

(1) Be able to understand written and spoken English;

(2) Have an established business with a permanent address and telephone listing;

(3) Be able to demonstrate prior construction experience with suitable references;

(4) Have the necessary personnel, equipment and financial resources available to

perform the work;

(5) Have all licenses and permits required by local law;

(6) Meet all local insurance requirements;

(7) Have the ability to obtain or to post adequate performance security, such as

bonds, irrevocable letters of credit or guarantees issued by a reputable

financial institution;

(8) Have no adverse criminal record; and

(9) Have no political or business affiliation which could be considered contrary to

the interests of the United States.

B. SUBMISSION OF QUOTATIONS

This solicitation is for the performance of the construction services described in

SCOPE OF WORK, and the Attachments which are a part of this request for quotation.

Each quotation must consist of the following:

VOLUME TITLE NUMBER OF

COPIES*

I

Standard Form 1442 including a completed Attachment 4,

"BREAKDOWN OF PROPOSAL PRICE BY DIVISIONS OF

SPECIFICATIONS

2

II Performance schedule in the form of a "bar chart" and

Business Management/Technical Proposal 2

Submit the complete quotation to the address indicated. If mailed, on Standard Form 18, or if

hand-delivered, use the address set forth below:

U.S. Embassy

U.S. Embassy Belgrade 19RB1019R0001

Page 21 of 36

(not including Attachments)

GSO/CO

Bul. kneza A. Karadjordjevica 92

11040 Belgrade, Serbia

The Offeror/Quoter shall identify and explain/justify any deviations, exceptions, or

conditional assumptions taken with respect to any of the instructions or requirements of this

request for quotation in the appropriate volume of the offer.

Volume II: Performance schedule and Business Management/Technical Proposal.

(a) Present the performance schedule in the form of a "bar chart" indicating when

the various portions of the work will be commenced and completed within the required

schedule. This bar chart shall be in sufficient detail to clearly show each segregable portion

of work and its planned commencement and completion date.

(b) The Business Management/Technical Proposal shall be in two parts, including

the following information:

(i) Proposed Work Information - Provide the following:

(1) A list of the names, addresses and telephone numbers of the owners,

partners, and principal officers of the Offeror;

(2) The name and address of the Offeror's field superintendent for this project;

(3) A list of the names, addresses, and telephone numbers of subcontractors

and principal materials suppliers to be used on the project, indicating what

portions of the work will be performed by them; and,

(ii) Experience and Past Performance - List all contracts and subcontracts

your company has held over the past three years for the same or similar work. Provide the

following information for each contract and subcontract:

(1) Customer's name, address, and telephone numbers of customer's lead

contract and technical personnel;

(2) Contract number and type;

(3) Date of the contract award place(s) of performance, and completion dates;

Contract dollar value;

(4) Brief description of the work, including responsibilities; and

(5) Any litigation currently in process or occurring within last 5 years.

U.S. Embassy Belgrade 19RB1019R0001

Page 22 of 36

(not including Attachments)

C. 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995)

(a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations

and Conditions Affecting the Work, will be included in any contract awarded as a result of

this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site

where the work will be performed.

(b) A site visit has been scheduled for Tuesday March 19, 2019. Applicants will be

informed of the site visit time in the site visit access approval confirmation message which

will be sent to them upon application.

(c) Participants will meet at Puskinova 5, Belgrade.

(d) In order to be admitted to the Site Visit, a Site Visit Registration form must be

submitted by email to [email protected] to the attention of Zoran Djordjevic no

later than 17:00 on Friday, March 15, 2019. No more than 2 persons will be admitted from

each company*. The form is available for download from the Embassy web site at

https://rs.usembassy.gov/embassy/belgrade/solicitations-and-public-auctions/procurement/

or you may request a copy of the form by email at [email protected]

NOTE TO INTERESTED OFFERORS* – Due to security concerns, all offerors must

contact the above US Government representative and register for the pre-proposal

conference. On the date of the pre-proposal conference, company representatives must

present matching photo identification in order to be allowed access. Anyone attempting to

attend the pre-proposal conference without prior notification will be denied entry.

Offerors should submit written questions at least three days before the scheduled pre-proposal

conference date, using the address provided on the Standard Form 1442 or by emailing the

questions to [email protected] with the subject line “Questions for solicitation

19RB1019R0001”.

Attendees may also bring written questions to the proposal conference. If the answer requires

research, there is no guarantee that the question will be answered at that conference.

No statements made by the Government at the pre-proposal conference shall be considered to

be a change to the solicitation unless a written amendment is issued.

D. MAGNITUDE OF CONSTRUCTION PROJECT

It is anticipated that the range in price of this contract will be: between $100,000 and

$250,000.

E. LATE QUOTATIONS. Late quotations shall be handled in accordance with FAR.

F. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

(FEB 1998)

This contract incorporates the following provisions by reference, with the same force

and effect as if they were given in full text. Upon request, the Contracting Officer will make

their full text available. The offeror is cautioned that the listed provisions may include blocks

that must be completed by the offeror and submitted with its quotation or offer. In lieu of

U.S. Embassy Belgrade 19RB1019R0001

Page 23 of 36

(not including Attachments)

submitting the full text of those provisions, the offeror may identify the provision by

paragraph identifier and provide the appropriate information with its quotation or offer.

Also, the full text of a solicitation provision may be accessed electronically at:

http://acquisition.gov/far/index.html Please note these addresses are subject to change.

If the Federal Acquisition Regulation (FAR) is not available at the location indicated

above, use the Department of State Acquisition website at http://www.statebuy.state.gov to

access the link to the FAR, or use of an Internet "search engine" (for example, Google,

Yahoo or Excite) is suggested to obtain the latest location of the most current FAR.

The following Federal Acquisition Regulation provisions are incorporated by reference (48

CFR CH. 1):

PROVISION TITLE AND DATE

52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE

REPORTING (JUL 2016)

52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR

1991)

52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION

(JAN 2004)

U.S. Embassy Belgrade 19RB1019R0001

Page 24 of 36

(not including Attachments)

K. EVALUATION CRITERIA

Award will be made to the lowest priced, acceptable, responsible quoter. The Government

reserves the right to reject quotations that are unreasonably low or high in price.

The Government will determine acceptability by assessing the offeror's compliance with the

terms of the RFQ. The Government will determine responsibility by analyzing whether the

apparent successful quoter complies with the requirements of FAR 9.1, including:

ability to comply with the required performance period, taking into consideration

all existing commercial and governmental business commitments;

satisfactory record of integrity and business ethics;

necessary organization, experience, and skills or the ability to obtain them;

necessary equipment and facilities or the ability to obtain them; and

otherwise, qualified and eligible to receive an award under applicable laws and

regulations.

U.S. Embassy Belgrade 19RB1019R0001

Page 25 of 36

(not including Attachments)

SECTION L - REPRESENTATIONS, CERTIFICATIONS AND

OTHER STATEMENTS OF OFFERORS OR QUOTERS

L.1 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998)

(a) Definitions.

"Common parent", as used in this provision, means that corporate entity that owns or

controls an affiliated group of corporations that files its Federal income tax returns on a

consolidated basis, and of which the offeror is a member.

“Taxpayer Identification Number (TIN)", as used in this provision, means the number

required by the IRS to be used by the offeror in reporting income tax and other returns.

The TIN may be either a Social Security Number or an Employer Identification Number.

(b) All offerors must submit the information required in paragraphs (d) through (f) of this

provision in order to comply with debt collection requirements of 31 U.S.C. 7701(c)

and 3325 (d), reporting requirements of 26 USC 6041, 6041A, and 6050M and

implementing regulations issued by the Internal Revenue Service (IRS). If the

resulting contract is subject to the reporting requirements described in FAR 4.904, the

failure or refusal by the offeror to furnish the information may result in a 31 percent

reduction of payments

(c) otherwise due under the contract.

(d) The TIN may be used by the Government to collect and report on any delinquent

amounts arising out of the offeror’s relationship with the Government (3l USC 7701(

c)(3)). If the resulting contract is subject to the payment reporting requirements

described in FAR 4.904, the TIN provided hereunder may be matched with IRS

records to verify the accuracy of the offeror’s TIN.

(e) Taxpayer Identification Number (TIN).

TIN: ____________________________

TIN has been applied for.

TIN is not required because:

Offeror is a nonresident alien, foreign corporation, or foreign

partnership that does not have income effectively connected with the conduct

of a trade or business in the U.S. and does not have an office or place of

business or a fiscal paying agent in the U.S.;

Offeror is an agency or instrumentality of a foreign government;

Offeror is an agency or instrumentality of the Federal Government.

(e) Type of Organization.

Sole Proprietorship;

Partnership;

Corporate Entity (not tax exempt);

Corporate Entity (tax exempt);

Government Entity (Federal, State or local);

Foreign Government;

International organization per 26 CFR 1.6049-4;

Other _________________________________.

U.S. Embassy Belgrade 19RB1019R0001

Page 26 of 36

(not including Attachments)

(f) Common Parent.

Offeror is not owned or controlled by a common parent as defined in

paragraph (a) of this clause.

Name and TIN of common parent:

Name _____________________________

TIN ______________________________

(End of provision)

52.204-8 Annual Representations and Certifications (OCT 2018)

(a) (1) The North American Industry classification System (NAICS) code for this acquisition is 238160 Steep slope roofing installation.

(2) The small business size standard is $14,000,000.00.

(3) The small business size standard for a concern which submits an offer in

its own name, other than on a construction or service contract, but which

proposes to furnish a product which it did not itself manufacture, is 500

employees.

(b) (1) If the provision at 52.204-7, System for Award Management, is included in

this solicitation, paragraph (d) of this provision applies.

(2) If the provision at 52.204-7, System for Award Management, is not

included in this solicitation, and the Offeror has an active registration in the

System for Award Management (SAM), the Offeror may choose to use

paragraph (d) of this provision instead of completing the corresponding

individual representations and certifications in the solicitation. The Offeror

shall indicate which option applies by checking one of the following boxes:

[_] (i) Paragraph (d) applies.

[_] (ii) Paragraph (d) does not apply and the offeror has completed

the individual representations and certifications in the solicitation.

(c) (1) The following representations or certifications in SAM are applicable to this

solicitation as indicated:

(i) 52.203-2, Certificate of Independent Price Determination. This

provision applies to solicitations when a firm-fixed-price contract or

fixed-price contract with economic price adjustment is contemplated,

unless—

(A) The acquisition is to be made under the simplified

acquisition procedures in Part 13;

(B) The solicitation is a request for technical proposals under

two-step sealed bidding procedures; or

U.S. Embassy Belgrade 19RB1019R0001

Page 27 of 36

(not including Attachments)

(C) The solicitation is for utility services for which rates are set

by law or regulation.

(ii) 52.203-11, Certification and Disclosure Regarding Payments to

Influence Certain Federal Transactions. This provision applies to

solicitations expected to exceed $250,000.

(iii) 52.203-18, Prohibition on Contracting with Entities that Require

Certain Internal Confidentiality Agreements or Statements—

Representation. This provision applies to all solicitations.

(iv) 52.204-3, Taxpayer Identification. This provision applies to

solicitations that do not include the provision at 52.204-7, System for

Award Management.

(v) 52.204-5, Women-Owned Business (Other Than Small Business).

This provision applies to solicitations that—

(A) Are not set aside for small business concerns;

(B) Exceed the simplified acquisition threshold; and

(C) Are for contracts that will be performed in the United

States or its outlying areas.

(vi) 52.209-2, Prohibition on Contracting with Inverted Domestic

Corporations—Representation.

(vii) 52.209-5; Certification Regarding Responsibility Matters. This

provision applies to solicitations where the contract value is expected

to exceed the simplified acquisition threshold.

(viii) 52.209-11, Representation by Corporations Regarding

Delinquent Tax Liability or a Felony Conviction under any Federal

Law. This provision applies to all solicitations.

(ix) 52.214-14, Place of Performance--Sealed Bidding. This provision

applies to invitations for bids except those in which the place of

performance is specified by the Government.

(x) 52.215-6, Place of Performance. This provision applies to

solicitations unless the place of performance is specified by the

Government.

(xi) 52.219-1, Small Business Program Representations (Basic &

Alternate I). This provision applies to solicitations when the contract

will be performed in the United States or its outlying areas.

U.S. Embassy Belgrade 19RB1019R0001

Page 28 of 36

(not including Attachments)

(A) The basic provision applies when the solicitations are

issued by other than DoD, NASA, and the Coast Guard.

(B) The provision with its Alternate I applies to solicitations

issued by DoD, NASA, or the Coast Guard.

(xii) 52.219-2, Equal Low Bids. This provision applies to solicitations

when contracting by sealed bidding and the contract will be

performed in the United States or its outlying areas.

(xiii) 52.222-22, Previous Contracts and Compliance Reports. This

provision applies to solicitations that include the clause at 52.222-26,

Equal Opportunity.

(xiv) 52.222-25, Affirmative Action Compliance. This provision

applies to solicitations, other than those for construction, when the

solicitation includes the clause at 52.222-26, Equal Opportunity.

(xv) 52.222-38, Compliance with Veterans' Employment Reporting

Requirements. This provision applies to solicitations when it is

anticipated the contract award will exceed the simplified acquisition

threshold and the contract is not for acquisition of commercial items.

(xvi) 52.223-1, Biobased Product Certification. This provision applies

to solicitations that require the delivery or specify the use of USDA-

designated items; or include the clause at 52.223-2, Affirmative

Procurement of Biobased Products Under Service and Construction

Contracts.

(xvii) 52.223-4, Recovered Material Certification. This provision

applies to solicitations that are for, or specify the use of, EPA-

designated items.

(xviii) 52.223-22, Public Disclosure of Greenhouse Gas Emissions

and Reduction Goals—Representation. This provision applies to

solicitations that include the clause at 52.204-7.

(xix) 52.225-2, Buy American Certificate. This provision applies to

solicitations containing the clause at 52.225-1.

(xx) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade

Act Certificate. (Basic, Alternates I, II, and III.) This provision

applies to solicitations containing the clause at 52.225- 3.

(A) If the acquisition value is less than $25,000, the basic

provision applies.

(B) If the acquisition value is $25,000 or more but is less than

$50,000, the provision with its Alternate I applies.

U.S. Embassy Belgrade 19RB1019R0001

Page 29 of 36

(not including Attachments)

(C) If the acquisition value is $50,000 or more but is less than

$80,317, the provision with its Alternate II applies.

(D) If the acquisition value is $80,317 or more but is less than

$100,000, the provision with its Alternate III applies.

(xxi) 52.225-6, Trade Agreements Certificate. This provision applies

to solicitations containing the clause at 52.225-5.

(xxii) 52.225-20, Prohibition on Conducting Restricted Business

Operations in Sudan--Certification. This provision applies to all

solicitations.

(xxiii) 52.225-25, Prohibition on Contracting with Entities Engaging

in Certain Activities or Transactions Relating to Iran—Representation

and Certification. This provision applies to all solicitations.

(xxiv) 52.226-2, Historically Black College or University and

Minority Institution Representation. This provision applies to

solicitations for research, studies, supplies, or services of the type

normally acquired from higher educational institutions.

(2) The following representations or certifications are applicable as

indicated by the Contracting Officer:

[Contracting Officer check as appropriate.]

___ (i) 52.204-17, Ownership or Control of Offeror.

___ (ii) 52.204-20, Predecessor of Offeror.

___ (iii) 52.222-18, Certification Regarding Knowledge of Child

Labor for Listed End Products.

___ (iv) 52.222-48, Exemption from Application of the Service

Contract Labor Standards to Contracts for Maintenance, Calibration,

or Repair of Certain Equipment--Certification.

___ (v) 52.222-52 Exemption from Application of the Service

Contract Labor Standards to Contracts for Certain Services--

Certification.

___ (vi) 52.223-9, with its Alternate I, Estimate of Percentage of

Recovered Material Content for EPA-Designated Products (Alternate

I only).

___ (vii) 52.227-6, Royalty Information.

___ (A) Basic.

U.S. Embassy Belgrade 19RB1019R0001

Page 30 of 36

(not including Attachments)

___ (B) Alternate I.

___ (viii) 52.227-15, Representation of Limited Rights Data and

Restricted Computer Software.

(d) The Offeror has completed the annual representations and certifications

electronically in SAM accessed through https://www.sam.gov. After reviewing the

SAM information, the Offeror verifies by submission of the offer that the

representations and certifications currently posted electronically that apply to this

solicitation as indicated in paragraph (c) of this provision have been entered or

updated within the last 12 months, are current, accurate, complete, and applicable

to this solicitation (including the business size standard applicable to the NAICS

code referenced for this solicitation), as of the date of this offer and are

incorporated in this offer by reference (see FAR 4.1201); except for the changes

identified below [offeror to insert changes, identifying change by clause number,

title, date]. These amended representation(s) and/or certification(s) are also

incorporated in this offer and are current, accurate, and complete as of the date of

this offer.

FAR Clause Title Date Change

Any changes provided by the offeror are applicable to this solicitation only, and do

not result in an update to the representations and certifications posted on SAM.

(End of Provision)

L.3. 52.225-18 PLACE OF MANUFACTURE (SEPT 2006)

(a) Definitions. As used in this clause—

“ Manufactured end product” means any end product in Federal Supply Classes (FSC)

1000-9999, except—

(1) FSC 5510, Lumber and Related Basic Wood Materials;

(2) Federal Supply Group (FSG) 87, Agricultural Supplies;

(3) FSG 88, Live Animals;

(4) FSG 89, Food and Related Consumables;

(5) FSC 9410, Crude Grades of Plant Materials;

(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;

(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;

(8) FSC 9610, Ores;

(9) FSC 9620, Minerals, Natural and Synthetic; and

(10) FSC 9630, Additive Metal Materials.

U.S. Embassy Belgrade 19RB1019R0001

Page 31 of 36

(not including Attachments)

“Place of manufacture” means the place where an end product is assembled out of

components, or otherwise made or processed from raw materials into the finished product

that is to be provided to the Government. If a product is disassembled and reassembled, the

place of reassembly is not the place of manufacture.

(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture

of the end products it expects to provide in response to this solicitation is predominantly—

(1) [ ] In the United States (Check this box if the total anticipated price of

offered end products manufactured in the United States exceeds the total

anticipated price of offered end products manufactured outside the

United States); or

(2) [ ] Outside the United States.

(End of provision)

L.4 AUTHORIZED CONTRACTOR ADMINISTRATOR

If the offeror does not fill-in the blanks below, the official who signed the offer will be

deemed to be the offeror's representative for Contract Administration, which includes all

matters pertaining to payments.

Name:

Telephone Number:

Address:

L.5 52.225-20 PROHIBITION ON CONDUCTING RESTRICTED BUSINESS

OPERATIONS IN SUDAN – CERTIFICATION (AUG 2009)

(a) Definitions. As used in this provision—

“Business operations” means engaging in commerce in any form, including by acquiring,

developing, maintaining, owning, selling, possessing, leasing, or operating equipment,

facilities, personnel, products, services, personal property, real property, or any other

apparatus of business or commerce.

“Marginalized populations of Sudan” means—

(1) Adversely affected groups in regions authorized to receive assistance under

section 8(c) of the Darfur Peace and Accountability Act (Pub. L. 109-344) (50 U.S.C. 1701

note); and

(2) Marginalized areas in Northern Sudan described in section 4(9) of such Act.

“Restricted business operations” means business operations in Sudan that include power

production activities, mineral extraction activities, oil-related activities, or the production of

military equipment, as those terms are defined in the Sudan Accountability and Divestment

U.S. Embassy Belgrade 19RB1019R0001

Page 32 of 36

(not including Attachments)

Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business

operations that the person conducting the business can demonstrate—

(1) Are conducted under contract directly and exclusively with the regional

government of southern Sudan;

(2) Are conducted pursuant to specific authorization from the Office of Foreign

Assets Control in the Department of the Treasury, or are expressly exempted under Federal

law from the requirement to be conducted under such authorization;

(3) Consist of providing goods or services to marginalized populations of Sudan;

(4) Consist of providing goods or services to an internationally recognized

peacekeeping force or humanitarian organization;

(5) Consist of providing goods or services that are used only to promote health or

education; or

(6) Have been voluntarily suspended.

(b) Certification. By submission of its offer, the offeror certifies that it does not conduct

any restricted business operations in Sudan.

(End of provision)

L.6. 52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS

REPRESENTATION (NOV 2015)

(a) Definitions. “Inverted domestic corporation” and “subsidiary” have the meaning given

in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic

Corporations (52.209-10).

(b) Government agencies are not permitted to use appropriated (or otherwise made

available) funds for contracts with either an inverted domestic corporation, or a subsidiary of

an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the

requirement is waived in accordance with the procedures at 9.108-4.

(c) Representation. The Offeror represents that.

(1) It □ is, □ is not an inverted domestic corporation; and

(2) It □ is, □ is not a subsidiary of an inverted domestic corporation.

(End of provision)

U.S. Embassy Belgrade 19RB1019R0001

Page 33 of 36

(not including Attachments)

ATTACHMENT #1

STATEMENT OF WORK

50 pages not counting this cover sheet

U.S. DEPARTMENT OF STATE

OBO FACILITIES MANAGEMENT

STATEMENT OF WORK

FOR

RESIDENTIAL ROOF REPLACEMENT

Puskinova 5, Belgrade, Serbia

February 8, 2019

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

TABLE OF CONTENTS 2

PERFORMANCE SPECIFCATIONS

SECTION 00003 – TABLE of CONTENTS

Division 1

01020 – Summary of Roof Work

01530 – Scaffolding & Materials

01535 – Roof Construction Safety

01700 – Project Close-out

Division 2

02072 – Roof Removals and Renovation Work

Division 3

Not Used

Division 4 – 5

Not used

Division 6

06120 – Rough Carpentry

Division 7

07320 – Roofing Tiles

07620 – Sheet Metal Flashing

07920 – Sealants

Division 8

08510 – Aluminum Windows

Division 9

Not Used

Division 10 – 12

Not used

Division 13

13110 – Lightning Protection System

13120 – Heat Trace System

Division 14 – 16

Not Used

Division 17

17000 – Temporary Electromechanical Disconnects

END OF TOC

OBO/CFSM/FAC Roof & Facade Management Program “Two antennas met on a roof, fell in love and got married.

The ceremony wasn't much, but the reception was excellent.”

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

SUMMARY OF ROOF WORK 01020 - 1

SECTION 01020 - SUMMARY OF ROOF WORK

PART ONE - GENERAL

1.01 SUMMARY:

A. Roof replacement and roof related repairs of the existing Deputy Chief of Mission

Residence in Belgrade, Serbia. The work includes, but is not limited to, the following:

B. Design Base Roof Systems:

1. Temporary Roof Covering:

a. Provide engineered temporary roof structure to allow work to be

performed in all weather conditions.

2. Roof Area: A: Clay Tile Roof

a. Removal and disposal of existing clay tile roof to top of structural wood

deck.

b. Repair, sistering and replacement of damaged wood framing members.

c. Repair of gypsum attic ceiling and batt insulation where damaged during

rafter repair or replacement procedures.

d. Repair and replacement of existing wood deck.

e. Installation of modified bitumen self-adhering underlayment membrane

on existing deck.

f. Installation of two way treated wood batten system.

g. Installation of new clay tile roofing

h. Mortar set ridge, hip tiles and eve tiles.

i. Installation of new flashings at penetrations, curbs, walls, and

perimeters.

j. Replacement of existing gutters (Copper Downspouts to remain)

k. Replacement of dormer window.

l. Replacement of existing lightning protection system (UP #2)

m. Installation of new heat trace system in gutters and downspouts. (UP #3)

3. Roof Area B & C: Standing Seam Copper Roof

a. Cleaning and soldering of all joints, penetrations, and flashings.

b. Replacement of existing gutters (Copper Downspouts to remain)

c. Installation of new heat trace system in gutters and downspouts. (UP #3)

1.02 SUBMITTALS:

A. Detailed project schedule showing work phasing and proposed daily progress.

B. Applicator's License Certificate: Roofing material manufacturer's agreement indicating

date application was approved and expiration date.

C. Shop Drawings of all specific waterproofing details.

D. Material manufacturer's product data sheets, written approval/acceptance of specified

tests for project, fastener pattern layout, details, insulation, and all related materials

based upon existing site conditions.

E. Manufacturer’s warranties that are to be issued upon project completion.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

SUMMARY OF ROOF WORK 01020 - 2

1.03 SUBSTITUTIONS AND PRODUCT OPTIONS:

A. Contractor's Representation: Request for substitution constitutes a representation that

Contractor:

1. Has investigated proposed product and determined that it is equal to or superior

in all respects to that specified.

2. Shall provide same warranties for substitution as for product specified.

3. Shall coordinate installation of accepted substitution into Work and make such

other changes as may be required for Work to be complete in all respects.

4. Waives all claims for additional costs, under his responsibility, related to

substitution which subsequently becomes apparent.

5. If substitution is not approved or accepted, Contractor shall furnish specified

product.

1.04 QUALITY CONTROL:

A. OBO has the right to inspect and test all services, to the extent practicable at all times

and places during the work. OBO may perform full time quality assurance inspections

[QAI] and tests during construction to confirm the work is installed according to the

Contract Documents.

B. Maintain quality control over suppliers, manufacturers, products, services, site

conditions, and workmanship to produce work of specified quality.

C. Contractor shall be approved by manufacturer to perform the work for the specified

guarantee period.

D. The Contractor shall be responsible for the following construction inspections and tests:

1. Membrane Seam Adhesion Test

2. Clay Tile Adhesion Test

3. Manufacturer’s Warranty Inspection

1.05 STORAGE OF MATERIALS:

A. Proper storage of materials is the sole responsibility of Contractor. Protect all materials

susceptible to moisture including, but not limited to, all roll goods, insulation, cant strip,

wood, and plywood in dry, above ground, watertight storage. Keep all labels intact and

legible, clearly showing the product, manufacturer, and other pertinent information.

B. Store materials on site. Cover and protect materials subject to damage by weather,

including during transit. Stored materials shall be available for inspection.

C. Store flammable and volatile liquids in sealed containers located a minimum of 20 feet

from existing buildings.

D. Liquid products shall be delivered sealed, in original containers. Store roll goods in an

upright position.

E. Distribute material, debris, and equipment over the roof deck to avoid damage to the

structural deck. Place materials and equipment to be stored on the roof as nearly direct

over structural members as can be determined. Secure equipment, material, and debris

on the roof to prevent movement by wind or other elements.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

SUMMARY OF ROOF WORK 01020 - 3

1.06 TEMPORARY FACILITIES:

A. Temporary Water:

1. Make arrangements with Owner for water required for construction. Owner will

pay for cost of water.

2. Do not disrupt existing water service to the building.

3. Provide hoses for conveyance.

B. Temporary Electrical

1. Make arrangements with Owner for temporary electrical service. Owner will

pay energy charges for temporary power and lighting.

2. Notify Owner a minimum of two days prior to each required interruption of

mechanical or electrical services in building. These interruptions shall be only at

such times and for lengths of time as approved by Owner. In no event shall

interruption occur without prior approval of Owner.

3. Provide all necessary temporary wiring (in conduit if requested by Owner),

extensions, and temporary lighting devices.

C. Temporary Toilet

1. Provide adequate temporary chemical toilets at time work is commenced.

2. Make arrangements with Owner for locating temporary chemical toilet facilities

in an unobtrusive location.

3. Maintain facilities in compliance with applicable health laws and regulations.

Keep clean and unobtrusive.

4. Upon completion of work, remove these facilities and all traces thereof.

D. Temporary Ladders, Chutes, Scaffolds, Hoists and Cranes:

1. Furnish and maintain temporary ramps, scaffolds, hoists, or chutes as required

for proper execution of Work.

2. Provide overhead protection at all building entrances.

3. Restrict debris removal to Owner-approved area of building site.

4. Restrict location of construction cranes to areas as approved by Owner.

5. Such apparatus, equipment, and construction shall meet requirements of

applicable federal, state, and local safety and labor laws.

1.07 PROJECT PROCEDURES:

A. Owner will occupy premises during entire period of construction for the conduct of

normal, daily operations. Cooperate with Owner's Representative in all construction

operations to minimize conflict and to facilitate Owner usage.

B. Contractor shall conduct his operations so as to ensure least inconvenience to Owner's

operations.

C. Contractor shall take precautions to avoid excessive noise or vibration that would disturb

Owner's operations. When directed by Owner, Contractor shall perform certain

operations at designated time of day or night in order to minimize disturbance to Owner's

operations.

D. Contractor shall take all necessary precautions to assure a watertight condition in the

operation portion of the building during construction.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

SUMMARY OF ROOF WORK 01020 - 4

PART TWO - PRODUCTS

Not Used.

PART THREE - EXECUTION

3.01 PERIOD OF PERFORMANCE:

A. RESERVEDB. RESERVEDC. RESERVEDD. RESERVEDE. RESERVEDF. RESERVEDG. Material Procurement:

H. Construction:

1. Temporary Roof & Scaffold:

2. All Roof Areas:

3. Scaffold Removal:

I. Final Cleanup Begins:

J. Total Period of Performance:

K. Winter Season:

10 days on-site

30 days on-site

5 days on-site

5 days prior to completion

165 days

December - March

3.02 PROPOSAL SCHEDULE:

A. Proposals shall be evaluated based on an order of precedence and available funds to

complete the project. Each Roof Area proposal shall include labor, materials, overhead,

profit, travel expenses and worker incidentals as a complete project.

3.03 UNIT PRICE MEASUREMENT AND PAYMENT:

A. It is the intent of the Bid Form that aggregate bid amount as submitted shall cover work

required by Contract Document in place, complete and ready for use.

B. Unit prices include costs to fully complete work in place, including providing labor,

materials, tools, equipment, services, supplies, incidentals, necessary operations, profit,

taxes, overhead, maintenance, and warranties.

C. No costs in connection with work required by Contract Documents for proper and

successful completion of Contract will be paid outside of or in addition to prices

submitted.

D. Work not specifically set for as pay items shall be considered subsidiary obligations of

Contractor and costs shall be included in prices named.

E. Method of measurement and basis of payment shall be as stipulated in following

paragraphs.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

SUMMARY OF ROOF WORK 01020 - 5

3.4 UNIT PRICE ITEMS:

A. Unit Price No.1 – Roof Deck

1. Refer to Section 06120 – Rough Carpentry

2. Inspect, salvage and repair wood deck boards based on a 60% of total quantity to be

re-used and providing 40% of the total quantity to be new.

3. Provide unit price for deck boards beyond 50% new:

$___________/Square Foot

B. Unit Price No.2 – Lightning Protection

1. Refer to Section 13110 – Lightning Protection System

2. Furnish labor, materials and services required for the replacement, reactivation, and

completion of new lightning protection system on roof area A.

$___________

C. Unit Price No.3 – Heat Trace

1. Refer to Section 13120 – Heat Trace System

2. Furnish labor, materials and services required for the installation, activation, and

completion of new heat trace system along valleys, rise walls, gutters and

downspouts.

$___________

D. Unit Price No.4 – Wood Rafter Repair

1. Refer to Section 06120 – Rough Carpentry

2. Inspect, sister and repair damaged wood rafters based on a 40% damage assessment.

3. Provide unit price for rafter repair beyond 50%:

$___________/Linear Foot

END OF SECTION

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

SCAFFOLDING 01530 - 1

SECTION 01530 SCAFFOLDING & MATERIALS

PART ONE - GENERAL

1.01 SUMMARY

A. Construction of scaffold structure and temporary roof covering to allow roof work to be performed in all weather conditions. 1. Contractor to design temporary roof structure including construction and

dismantling. 2. Temporary waterproof covering to be constructed of prefabricated beams and

scaffold elements and waterproof PVC Fabric/Canvas or rigid waterproof sheets. 3. Temporary roof system to be designed by a professional engineer. 4. Contractor shall file and pay for all required permits. 5. Design scaffolding to be erected in accordance with local codes and regulations.

1.02 SAFETY AND RESPONSIBILITY

A. The contractor shall select skilled and experienced personnel to supervise the erection, use, maintenance, and dismantling of the scaffold system.

B. The contractor shall ensure that all scaffolding systems are inspected prior to personnel utilizing the systems and when work is suspended for periods of two (2) days or more, or during periods of severe weather conditions, the scaffolding systems shall be inspected on a regular schedule and a record of the inspections maintained at the job site.

1.03 SUBMITTALS

A. Submit: Technical product data, installation instructions/requirements, and erection and maintenance procedures.

B. Shop drawings: Provide applicable design documentation to include elevations of each façade and engineering details.

PART TWO - PRODUCTS

2.01 SCAFFOLDING A. Metal Scaffolding tubing: Metal Scaffolding tubing materials shall be high strength

structural tubing and shall meet or exceed Mil-S-29180A and OSHA requirements and shall be Hot dip galvanized (ASTM A-123) inside and outside.

B. Scaffolding couplers such as twist lock fittings, right angle couplers, swivel couplers and related appurtenances shall conform to ASTM A 47, and ASTM A 668 accordingly and shall meet or exceed Mil-S-29180A and OSHA requirements and shall be Hot dip galvanized (ASTM A-153) inside and outside.

C. Fall protection shall consist of a lifeline secured to a suitable anchor at the building or structure with a full body harness.

D. Provide secured ladders as applicable as per manufacturers recommendation or as per design.

E. Work platforms shall be a minimum of two 50 mm x 250 mm (2” x 10”) SPF planks spanning a maximum of 2.1 meters (7 ft). Pre-manufactured platform panels shall be as determined by the manufacturer or design and only be used if required or specified in the design. All platforms shall be secured by hardware hooks and/or fastening hardware to the scaffolding frames to prevent damage from high winds.

F. Provide guardrails on all scaffold platforms in excess of 2.5 meters (8 ft) in height. Guardrails shall resist a force of a minimum of 200 lbs. Applied anywhere on the guardrail. Sawn lumber top rail and mid-rail guardrails shall be a minimum of 50 mm x 100 mm (2” x 4”) lumber and the toe board shall be 25 mm x 150 mm (1” x 6”). Provide a minimum lumber of No. 1 construction grade SPF.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

SCAFFOLDING 01530 - 2

PART THREE - EXECUTION

3.01 SCAFFOLD FOUNDATION AND ERECTION A. Scaffolds shall be erected on surfaces, which can adequately support all loads

applied by the scaffold. Base plates and screw jacks shall be used of a size and capacity as specified by design. The use of blocking or packing such as bricks, short pieces of lumber or scrap material either under scaffold base plates is prohibited.

B. Install all parts, fittings and accessories in accordance with design requirements. All parts of the scaffolding shall be available before erection begins. Ensure all parts are in good condition and all fittings shall be positive and securely connected.

C. All parts and fittings shall be in place and secure before platform components are placed.

D. Scaffolding shall be erected plumb and true and continued checking for plumbness shall continue during and after erection of the scaffolding.

E. Provide bracing both vertical and horizontal as recommended or required by the manufacture or design.

3.02 HOISTING EQUIPMENT

A. Applicable-hoisting equipment shall be a suitable mechanical device capable of hoisting materials that do not exceed load requirements of the scaffolding. Hoisting equipment shall be placed on the scaffolding as not to hinder or cause a safety situation, which threatens personnel.

3.03 DISMANTLING SCAFFOLDING

A. Scaffolding shall be dismantled in reverse order of erection. Each tier shall be completely dismantled and lowered to the ground before dismantling of the next tier.

END OF SECTION

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

CONSTRUCTION SAFETY 01535 - 1

SECTION 01535 – ROOF CONSTRUCTION SAFETY

PART ONE - GENERAL

1.01 SUMMARY

A. The Contractor is responsible and shall continue management and implementation of a

safety and health program throughout construction.

B. The Contracting Officer and the Post Occupational Safety and Health Officer [POSHO]

reserve the right to suspend work when and where Contractor's safety and health

program is considered to be operating in an inadequate or non-complying manner.

1.02 REGULATIONS AND STANDARDS

A. Governing regulations: Latest edition of U.S. Army Corps of Engineers (COE) Safety

and Health Requirements Manual, EM 385-1-1

1.03 SUBMITTALS

A. Construction Accident Prevention Plan (CAPP) is a job site specific safety and health

policy and program management document. Submit a CAPP to ensure safety of all

persons at the site in event of an emergency.

B. Management Commitment: Provide introductory policy statement signed by senior

officers of design/build firm stating that implementation and management of the CAPP

has full cooperation and support of management.

C. The CAPP shall include the following:

1. Statement of safety and health policy.

2. Administrative responsibilities for implementing the plan.

3. Identification of personnel responsible for accident prevention.

4. Plans for hazard communication, and continued safety and health training.

5. Provisions for inspections of work sites, materials, and equipment.

6. Emergency response capabilities to minimize consequences of accidents.

7. Public safety requirements.

1.04 QUALITY ASSURANCE

A. Safety and Health Program Manager:

1. Appoint a manager whose duties shall include effective implementation,

coordination, and enforcement of CAPP.

2. The manager shall be qualified to anticipate, identify, evaluate, and implement

corrective action in relation to potential safety and health hazards and dangerous

exposures for accident prevention.

3. The manager shall meet with the POSHO and Owner’s representative to discuss

site specific safety and health issues.

B. Inspections:

1. Provide for frequent safety, health, and housekeeping inspections conducted by

the Safety and Health Program Manager, temporary structures, fabrication shops,

material, machinery and equipment.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

CONSTRUCTION SAFETY 01535 - 2

2. Quality Assurance Inspectors, as part of their QA responsibilities, shall conduct

and document daily safety, health, and housekeeping inspections; and impose

fines on the Safety and Health Program Manager by sending him through a

Spanking Machine for every infraction of the CAPP noted on the job site.

C. Tool Box Meetings: Hold safety meetings once each week. Require attendance by all

laborer, and supervisors; include those of separate contractors. Contractor shall consider

the following check-list:

1. Who is trained in CPR

2. Level of local hospital services

3. Do local doctors speak English

4. Type of emergency vehicles and distances

5. Are cell phones or radios available

6. Level of embassy doctor or nurse services

7. Family contact names and telephone numbers for all crew

PART TWO - PRODUCTS

2.01 TOOLS, EQUIPMENT, AND MACHINERY

A. Quality: Hand tools, power tools, equipment, machinery, materials, and personal

protective apparatus shall be of manufacture listed by U.S. or internationally recognized

testing laboratory for specific application for which they are to be used. They shall be

quality products recognized for professional construction use, applications, and work

practices.

B. Scaffolding: Shall be a standard tubular frame and clamp system manufactured and

tested according to international standards. The Scaffold system shall include the

scaffold manufacturers integrated access stairway sections, handrails, toe boards and

walking platforms.

C Safe Clearance Procedure: Prior to initial use, and periodically thereafter at times of

continued use, provide inspections of construction tools, equipment, and machinery. Do

not permit continued use of tools, equipment, and machinery that are not in good

condition.

D. Fall Protection: On unprotected sides of the building edge provide workers with warning

lines, guardrail, safety net or personal fall arrest systems or a combination of safety

monitoring systems.

C. Hazardous work shall be brought to the attention of the QAI and POSHO prior to

commencing the work.

1. Hot Work: Includes all work that results in open flame such as welding, cutting,

brazing, and burning. The Contractor shall provide effective fire protection and

prevention at all times during such operations.

2. Confined Space: Work in enclosed areas such as sewers, vaults, vessels,

manholes, pits, etc.

3. Internal Combustion: The use of cranes, forklifts, hoists, or generators powered

by petroleum fuel when used on or near the building.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

CONSTRUCTION SAFETY 01535 - 3

4. Explosive Actuated Tools: These include powder charged tools used for

fastening purposes.

PART THREE - EXECUTION

Not Used

END OF SECTION

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

CONTRACT CLOSEOUT 01700 - 1

SECTION 01700 - CONTRACT CLOSEOUT

PART ONE - GENERAL

1.01 GENERAL:

A. Comply with requirements stated in Conditions of the Contract and in Specifications for

administrative procedures in closing out the Work.

1.02 SUBSTANTIAL COMPLETION:

A. Contractor shall submit written request to the Contracting Officer’s Representative [COR]

stating the proposed date of Substantial Completion and schedule Final Inspection.

B. Written certification shall include:

1. Contract Documents have been reviewed.

2. Project has been inspected for compliance with Contract Documents.

3. Work has been completed in accordance with Contract Documents.

4. Equipment and systems have been tested in presence of Owner's Representative

and are operational.

5. Project is complete and ready for final inspection.

C. Quality Assurance Inspector or post Facilities Manager will make a pre-inspection after

notification. Should the work not be complete, they will issue an inspection list to

Contractor with noted items requiring further consideration.

1.03 FINAL INSPECTION:

A. Contracting Officer’s Representative will make final inspection after notification from

Contractor.

B. Should COR consider Work complete in accordance with requirements of Contract

Documents, he will request Contractor to begin Final Clean-up and Project Closeout

submittals.

C. Should COR consider Work not complete:

1. Contractor shall take immediate steps to remedy the stated deficiencies and submit

initialed inspection list to the COR certifying Work is complete.

2. COR will reinspect Work.

1.04 REINSPECTING COSTS:

A. Should the Contracting Officer’s Representative be required to perform subsequent

inspections of the Work due to the failure of the Contractor to correct deficient work, the

additional services will be deducted from the final payment to Contractor.

1.05 WARRANTY/GUARANTEE:

A. Submit original and duplicate copies of both Contractor's Warranty and Manufacturer's

Guarantee for review. After review, Contracting Officer’s Representative shall approve

final pay application upon receipt of both Contractor's Warranty and Manufacturer's

Guarantee.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

CONTRACT CLOSEOUT 01700 - 2

1.06 EVIDENCE OF PAYMENTS AND RELEASE OF LIENS:

A. Contractor’s Release and Waiver of Liens:

1. Contractor's Waiver of Liens.

2. Separate waivers of liens for subcontractors, suppliers, and others with lien rights

against property of Owner, together with complete list of those parties.

3. Consent of Surety

B. All submittals shall be notarized and sealed before delivery to the COR.

1.08 FINAL ADJUSTMENT OF ACCOUNTS:

A. Submit final statement of accounting to the COR.

B. Statement shall reflect all adjustments.

1. Original Contract Sum.

2. Additions and Deductions resulting from:

a. Previous Change Orders.

b. Deductions for uncorrected Work.

c. Deductions for Reinspection Payments.

3. Total Contract Sum, as adjusted.

4. Previous payments.

5. Sum remaining due.

1.09 FINAL APPLICATION FOR PAYMENT:

A. The Contractor shall submit one copy of all payment invoices, with the appropriate backup

documents to the COR. The Contractor shall submit receipts for all allowance costs and

reimbursable expenses incurred. The COR also will determine if billed services have been

satisfactorily performed and if expenses billed are correct. If it is determined that the

amount billed is incorrect, the COR will within seven days, request the Contractor to

submit a revised invoice.

B. Final payment will not be approved or released until receipt of proper close-out

documents.

PART TWO - PRODUCTS

Not Used.

PART THREE - EXECUTION

Not Used.

END OF SECTION

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

CONTRACT CLOSEOUT 01700 - 3

CONTRACTOR’S RELEASE

PROJECT______________________________________________________________________________________________

CONTRACT

NO._____________________________________DATED________________BY__________________________

CONTRACT SUM

$_____________________________________________________________________________DOLLARS

CONTRACTOR

NAME____________________________________________________________________________________

ADDRESS___________________________CITY_______________STATE_______ZIP_______COUNTRY______________

Contractor hereby certifies that there are no outstanding obligations of the undersigned, the contracting firm,

corporation, employee, dealer, subcontractor, or any others who would have standing against the property of the

Government of the United States of America (“Government”) under this contract.

In consideration of the sum stated above, upon payment of said sum to undersigned Contractor or assignees, the

Government, its officers, agents, and employees are fully released and discharged of all obligations, liabilities,

claims, and demands made under and arising from the contract, except:

1. Specified claims in stated or estimated amounts where the amounts are not susceptible of exact statement by the

Contractor. If none, check this box ; if yes, please check this box and itemize on reverse.

2. Claims, together with reasonable expenses incidental thereto, based upon the liabilities of the Contractor to third

parties arising out of the performance of said contract, which are not known to the Contractor on the date of the

execution of this release and of which the Contractor gives notice in writing to the Contracting Officer within the

period specified in said contract.

3. Claims for reimbursement of costs (other than expenses of the Contractor by reason of his/her indemnification of

the Government against patent liability), including reasonable expenses incidental thereto, incurred by the

Contractor under any provisions of the said contract relating to patents.

Contractor agrees, in connection with patent matters and with all claims which are not released as set forth above,

that he/she will comply with all provisions of the said contract, including without limitation, those provisions relating

to notification to the Contracting Officer and relating to the defense or prosecution of litigation.

Subscribed and sworn to before me on this ____day of __________________, 20____.

____________________________________ CONTRACTOR

Notary Public:

BY_________________________________

____________________________________

My Commission Expires: TITLE______________________________

NOTE: In the case of a corporation as Contractor, Notarization is not required, but the certification below must be completed.

CERTIFICATE

I,______________________________, certify that I am the _______________________secretary of the corporation named as

Contractor in the foregoing release; that __________________________who signed said release on behalf of the Contractor was

then ___________________________of said corporation, that said release was duly signed for and on behalf of said corporation

by authority of its governing body and is within the scope of its corporate powers.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

CONTRACT CLOSEOUT 01700 - 4

CONSENT OF SURETY

PROJECT______________________________________________________________________________________________

CONTRACT

NO._____________________________________DATED________________BY__________________________

CONTRACT SUM

$_________________________________________IN__________________________________DOLLARS

CONTRACTOR

NAME____________________________________________________________________________________

ADDRESS___________________________CITY_______________STATE_______ZIP_______COUNTRY______________

The Surety (Co-sureties) consent/s to the foregoing contract modification and agree/s that its/their bond/s shall apply and extend

to the contract as modified or amended.

NAME & ADDRESS OF PRINCIPAL SIGNATURE

NAME (Affix Seal)

TITLE

DATE

NAME & ADDRESS OF PRINCIPAL SIGNATURE

NAME (Affix Seal)

TITLE

DATE

CORPORATE / INDIVIDUAL SURETY (CO-SURETIES)

The Principal or authorized representative shall execute this consent of surety with the modification to which it pertains. If the

representative (e.g. attorney-in-fact) that signs the consent is not a member of the partnership, or joint venture, or an officer of the

corporation involved, a Power-of-Attorney or a Certificate of Corporate Principal must accompany the consent.

CORPORATE/INDIVIDUAL SURETY’S NAME & ADDRESS PERSON EXECUTING CONSENT (SIGNATURE)

A NAME (Affix Seal)

TITLE

DATE

CORPORATE/INDIVIDUAL SURETY’S NAME & ADDRESS PERSON EXECUTING CONSENT (SIGNATURE)

B NAME (Affix Seal)

TITLE

DATE

CORPORATE/INDIVIDUAL SURETY’S NAME & ADDRESS PERSON EXECUTING CONSENT (SIGNATURE)

C NAME (Affix Seal)

TITLE

Date

IND

IVID

UA

L

PR

INC

IPA

L

CO

RP

OR

AT

E

PR

INC

IPA

L

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

REMOVALS AND RENOVATION WORK 02072 - 1

SECTION 02072 – ROOF REMOVALS AND RENOVATION WORK

PART ONE - GENERAL

1.01 SECTION INCLUDES:

A. General:

1. Remove all clay tile to existing wood deck.

2. Removal of existing roofing, abandoned equipment, flashing, and sheet metal.

3. Modification of existing roof penetrations, equipment supports or curbs, pitch

pans, reglets, piping, and electrical service to provide proper flashing height and

flashing detail.

4. All existing gutters to be removed (Copper Downspouts to remain in place).

5. Temporary removal of existing solar hot water heater for reinstallation.

1.02 PROJECT CONDITIONS:

A. Environmental Requirements:

1. Do not remove existing roofing and flashing in inclement weather or when rain is

predicted with 30 percent possibility.

2. When ambient temperature is below 15 degrees Celsius (60 degrees Fahrenheit),

expose only enough cement and adhesive required within four hour period.

B. Emergency Equipment: Maintain on-site materials necessary to apply emergency

temporary seal in event of sudden storms or inclement weather.

1.03 SEQUENCING AND SCHEDULING:

A. Sequence removals and renovation with sequence of new work to maintain facility in dry,

watertight condition.

B. Coordinate roof work so that no more existing items are removed in one day than can be

replaced with new roofing work in same day.

PART TWO - PRODUCTS

2.01 MATERIALS:

A. Wood Treatment: Pressure preservative treated in accordance with AWPA C2, C9

standards, using Chromated Copper Arsenate (CCA) at 0.1kg per 0.03cm (0.40 pounds

per cubic foot) wood. Preservatives shall be compatible with roof membrane.

B. Lumber (Members, Nailers, and Blocking):

1. Standard Grade Fir or No. 2 Southern Yellow Pine bearing UL label. Size shall

be appropriate for application, minimum 50mm (2-inch) (nominal) thickness.

2. Moisture Content: 19 percent maximum at time of installation.

C. Fasteners:

1. Wood Substrate:

a. Securement of metal flanged items shall be nails, No. 10 gauge,

galvanized steel wire with 10mm (13/32-inch) diameter head and ring

shank such as No. 3255 by Dickson Weatherproof Nail Co.

b. Securement of wood to wood shall be nails, No. 9 gauge, galvanized steel

wire nail with ring shank and 8mm (5/16-inch) diameter head such as No.

3055 by Dickson Weatherproof Nail Co. (800/572-9351); length required

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

REMOVALS AND RENOVATION WORK 02072 - 2

to provide 25mm (1-inch) penetration minimum into substrate.

c. Securement of exposed items to wood substrate shall be nails, No. 10

gauge, galvanized steel wire nail with 9mm (3/8-inch) diameter head, ring

shank, and EPDM rubber washer such as No. 955 by Dickson

Weatherproof Nail Co. (800/572-9351); length required to provide 25mm

(1-inch) penetration minimum into substrate.

d. Fasteners for securing roofing materials to wood substrate shall be a

hardened steel nail with a 25mm (1-inch) diameter round head and ring

shank; length to provide 25mm (1-inch) penetration into substrate, as

manufactured by Simplex Nail Co.

e. Fasteners for securing steel to wood substrate shall be steel wood screw

with steel washer and integral rubber seal.

2. Concrete Substrate:

a. Fasteners for securing sheet metal items to concrete substrate shall be a

pre-assembled drive anchor with a stainless steel drive screw, a lead/zinc

alloy expansion anchor body (6mm [1/4-inch] diameter, 38mm [1-1/2-

inch] length) and a stainless steel washer with integral rubber seal (1-1/8-

inch diameter) such as "Zamac Hammer-Screw" as manufactured by

Powers Rawl.

b. Fasteners for securing wood blocking to concrete substrate shall be

sleeved stud expansion bolt, 13mm (1/2-inch) diameter (minimum), with

19mm (3/4-inch) diameter steel washer such as "Kwik Bolt II" by Hilti.

3. Masonry Substrate:

a. Fasteners for securing wood to solid masonry shall be galvanized steel

expansion anchor, 9mm (3/8-inch) diameter (minimum), with 19mm (3/4-

inch) diameter steel washer such as "Countersunk Kwik Bolt II" by Hilti.

b. Fasteners for securing wood to hollow base masonry shall be 9mm

(3/8-inch) diameter (minimum), threaded rod, with 9mm (3/4-inch)

diameter washer, nut, and screen tube such as "HIT C-20 Adhesive

Anchor" by Hilti.

c. Fasteners for securing sheet metal items to concrete substrate shall be a

pre-assembled drive anchor with a stainless steel drive screw, a lead/zinc

alloy expansion anchor body (6mm [1/4-inch] diameter, 38mm [1-1/2-

inch] length) and a stainless steel washer with integral rubber seal (1-1/8-

inch diameter) such as "Zamac Hammer-Screw" as manufactured by

Powers Rawl.

D. Deck Repair Materials – Dimensional wood deck boards to match existing.

1. Standard Grade Fir or No. 2 Southern Yellow Pine bearing UL label. Size shall

be appropriate for application, minimum 50mm (2-inch) (nominal) thickness.

2. Moisture Content: 19 percent maximum at time of installation.

PART THREE - EXECUTION

3.01 EXAMINATION:

A. Examine existing building and existing roofing to determine existing physical conditions

that affect removal of existing roofing and installation of new roofing.

B. Verify that required barricades and other protective measures are in place.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

REMOVALS AND RENOVATION WORK 02072 - 3

3.02 PREPARATION:

A. Take measures to maintain watertight conditions during term of Contract.

B. Install interior protection and dust partitions where deck penetrations shall be removed or

replaced.

C. Protect adjacent surfaces.

3.03 REMOVAL OPERATIONS:

A. Execute demolition in careful and orderly manner with least possible disturbance or

damage to adjoining surfaces and structure.

B. Avoid excessive vibrations in demolition procedures that would be transmitted through

existing structure and finish materials.

C. Roof Removal:

1. Demolish and remove existing construction to the extent required by the project.

2. Locate selective removal equipment throughout the structure and remove debris

and materials so as not to impose excessive loads on supporting walls, floors, or

framing.

3. Remove existing roofing, insulation, and flashings; abandoned and obsolete

equipment; pitch pans, vents, curbs, and other such items; and sheet metal down

to roof rafters.

4. Do not stockpile debris on roof surface. Promptly dispose of obsolete equipment

and debris at authorized disposal site each day. Use chutes to transfer debris from

roof surface to dumpsters.

5. Provide protective method, such as plywood set on minimum 25mm (1-inch) EPS

insulation, when hauling debris over existing roof.

3.04 RENOVATION WORK:

A. Prepare substrates in accordance with roofing manufacturer's recommendations.

B. Nailers:

1. Replace damaged or deteriorated wood nailers and curbs with new nailers and

curbs as required.

2. Install additional nailers as required as part of Base Bid price.

3. Clean and prepare existing surfaces to receive wood nailers and curbs.

4. Install wood nailers and curbs continuously with 6mm (1/4-inch) gap between

each section. Set level and true. Pre-drill nailers prior to attachment.

5. Securely fasten to structure with appropriate fasteners to resist minimum 780N per

300mm (175 pounds per linear foot) force in any direction. Use of powder-

actuated fasteners is prohibited. Place a fastener within 75mm (3-inches) of each

end of each section of wood blocking.

6. Secure nailers to wood substrate using nails 600mm (24-inches) on-center,

staggered. Install nails on an angle.

7. If attaching wood nailer to vertical masonry wall, utilize appropriate anchors

spaced 300mm (12-inches) on-center.

8. Reduce fastener spacing 50 percent at a distance of 3m (10 feet) from each corner.

C. Rooftop Equipment:

1. When units or equipment are to be moved, disconnect and move to protected area

to prevent damage to parts or components. Reset and reconnect at Contractor's

expense.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

REMOVALS AND RENOVATION WORK 02072 - 4

2. Disconnection and reconnection shall be performed by mechanical and/or

electrical company licensed to perform such work and approved by Owner's

Representative.

D. Piping and Conduit Modifications:

1. Schedule piping and unit downtime for equipment modifications to coordinate

with Owner's operations. Switchover time shall be limited to meet Owner's

requirements.

2. Replace existing supports for units and associated piping with new supports.

3. Provide temporary supports to maintain unit and piping in operational condition

except during switchover.

4. Furnish new fittings, piping, and accessories to match existing to replace

deteriorated, damaged, or non-functional components or to accommodate new unit

elevation, where necessary.

5. Upon completion of roof installation, paint piping with aluminized paint and

replace or clean jacketing.

E. Plumbing Vents:

1. Extend plumbing vents or modify as necessary to accommodate new roof

installation.

2. Provide pipe extensions and couplings where necessary to achieve minimum

200mm eight above top of newly finished roof surface.

3. Utilize same material type and size as existing for new extension.

3.05 CLEANING:

A. Materials, equipment, and debris resulting from demolition operations shall become

property of Contractor. Remove and dispose of demolition debris in accordance with

applicable city, state, and federal laws at authorized disposal site.

B. Leave substrate clean and dry, ready to receive roofing system.

END OF SECTION

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

ROUGH CARPENTRY 06120 - 1

SECTION 06120 - ROUGH CARPENTRY

PART ONE - GENERAL

1.01 SECTION INCLUDES:

A. Repair and replacement of existing wood deck

B. Installation of wood batten system

C. Repair/replacement of damaged wood framing as necessary to provide proper substrate

for tile roof system and flashings.

1.02 DELIVERY, STORAGE, AND HANDLING:

A. Store all materials up, off the ground, and covered with a weatherproof covering

anchored sufficiently so as to resist wind blow-off.

B. Keep all materials clearly identified with all grade marks legible. Keep all damaged

material clearly identified as damaged and store separately to prevent its inadvertent use.

C. Do not allow installation of damaged or otherwise non-complying material.

D. In the event of damage, immediately make all necessary repairs and replacements to the

approval of Government's On-site Representative and at no additional cost to Owner.

PART TWO - PRODUCTS

2.01 MATERIALS:

A. Preservative Treatment for Wood Members, Nailers, and Blocking: Pressure

preservative treated in accordance with AWPA C2 and C9 Standards, using ACQ or

similar preservative at 6.41 Kg/m3 (0.40 pounds per cubic foot). Preservatives shall be

compatible with roof membrane or underlayment.

B. Lumber:

1. Noncombustible Standard Grade Fir or No. 2 Southern Yellow Pine bearing UL

label.

2. Moisture Content: 19 percent at the time of installation.

3. Lumber Sizes:

a. Rafters: Match existing.

b. Ridge and Hip Boards: Match Existing.

c. Wood Deck: Match Existing.

d. Nailers: 38mm (1-1/2-inches) by 88mm (3-1/2-inches).

e. Vertical Battens: 25mm (1-inch) by 50mm (2-inches).

f. Horizontal Battens: 25mm (1-inch) by 50mm (2-inches).

C. Fasteners:

1. Nail: Stainless steel ring shank nails, 11 gauge diameter of sufficient length to

penetrate 38mm (3/4-inch) into or through the thickness of the deck or batten.

2. Screw: #8 diameter stainless steel wood screw.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

ROUGH CARPENTRY 06120 - 2

PART THREE - EXECUTION

3.01 WOOD GENERAL:

A. All construction shall be in accordance with the latest edition of the “timber construction

manual” and latest supplements.

C. Contractor shall measure existing wood framing members to provide matching

replacement members.

D. Rough carpentry: 1500 psi minimum fiber stress structural grade lumber, double headers

at all openings, metal tie strap all rafters, Simpson or equal

3.02 FRAMING INSTALLATION:

A. Saw cut all lumber accurately and fit into respective locations, true to line, plumb and

level. Secure permanently in proper position with proper fastenings to render all parts

rigid.

B. Pre-drill holes in both the substrate and wood for bolts true to line and 1.6 mm (1/16-

inch) greater than diameter of bolts, depth to achieve minimum 75 mm (3-inch)

embedment. Nailers must be rigidly secured to the substrate with appropriate fasteners

spaced 600 mm (24-inches) on-center.

C. Furnish and install nails and fasteners necessary to complete work. Construct framing

adjoining members with appropriate connector. Secure connectors to members with

appropriate size and number of fasteners.

D. Use only sound, thoroughly seasoned materials of longest practical lengths and sizes to

minimize jointing. Use materials free from warp which cannot be easily corrected by

anchoring and attachment. Sort out and discard warped material and material with other

defects which would impair quality of work.

3.03 WOOD ROOF DECK:

A. All construction shall be in accordance with the latest edition of the “timber construction

manual” and latest supplements.

B. Comply with PS 1 “U.S. product standard for construction and industrial plywood” for

plywood panels, and policies for structural-use panels” Form no. E445.

C. Contractor shall measure existing wood framing members to provide matching

replacement members.

D. Rough carpentry: 1500 psi minimum fiber stress structural grade lumber, double headers

at all openings, metal tie strap all rafters, Simpson or equal

E. Roof sheathing: Dimensional lumber to match existing deck boards: nailed at 6” o.c.

along the perimeter edge and 8” o.c. throughout the field for FM I – 90 wind rating.

3.04 BATTEN INSTALLATION:

A. Battens shall be cut to size. Ends of adjoining battens shall be beveled cut to fit snug.

B. Secure battens to wood deck using appropriate fastener.

C. Vertical Battens: Secure vertical battens to substrate using appropriate fastener spaced

300mm (12-inches) on-center. Install vertical battens positioned over rafter or structural

support and at 600mm (24-inches) on-center.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

ROUGH CARPENTRY 06120 - 3

D. Position horizontal battens perpendicular to the roof slope at spacings equal to the tile

exposure, approximately 300mm (12-inches) on-center. Field verify exposure. Fasten at

each vertical batten.

3.05 RIDGE AND HIP BOARD

A. Secure ridge boards at 300mm (12-inches) on-center with appropriate fasteners.

B. Secure ridge boards along ridges and hips, anchoring to substrate with appropriate

fasteners installed in toe-nailed position, spaced 300mm (12-inches) on-center,

staggered, each side of nailer.

3.06 CLEAN UP:

A. Premises shall be kept in a neat and orderly condition.

B. After installation of all rough carpentry, contractor shall remove all construction debris

and equipment from job site.

END OF SECTION

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT BELGRADE, SERBIA

ROOFING TILES 07320 - 1

SECTION 07320 - ROOFING TILES

PART ONE - GENERAL

1.01 SECTION INCLUDES:

A. Installation of new roofing tiles

1.02 REFERENCES:

A. American Society for Testing and Materials (ASTM).

B. National Roofing Contractors Association (NRCA).

1.03 SUBMITTALS:

A. Product Data: Submit manufacturer's detailed technical product data and installation

instructions and recommendations, including necessary data to document that materials

comply with requirements.

B. Shop Drawings.

C. Submit manufacturers full range of colors.

1.04 QUALITY ASSURANCE:

A. Applicator:

1. Approved by manufacturer of accepted roofing system.

2. Single applicator with minimum of five years previous successful experience in

installation of similar systems.

1.05 DELIVERY, STORAGE, AND HANDLING:

A. Deliver tile to jobsite location as near as possible to point of installation.

B. Store tile units on end, resting on 50mm (2-inch) thick planking, stacked three courses

high maximum with wood slats or planks between each course.

C. Replace tiles broken during handling and installation of new tile at own expense.

1.06 PROJECT CONDITIONS:

A. Emergency Equipment: Maintain on-site materials necessary to apply emergency

temporary seal in event of sudden storms or inclement weather.

1.07 WARRANTY:

A. Manufacturer's Warranty: Furnish manufacturer's fifty year limited warranty for roofing

tiles from date of final acceptance by Owner.

B. Contractor's Warranty: Furnish written warranty agreeing to replace failing

roofing system or flashing due to defective materials or workmanship. Warranty shall

include all other work performed by Contractor but which may be described in other

Sections including, but not limited to, Sealants and Caulking and Sheet Metal. Warranty

period is two years from date of final acceptance by Owner.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT BELGRADE, SERBIA

ROOFING TILES 07320 - 2

PART TWO - PRODUCTS

2.01 TILE:

A. Field Tile: One piece Pan and Barrel clay tile system comprising of round caps and flat

pan units with factory screw holes.

B. Special Tile Fittings: Clay tile units, to fit profile of field tile with pre-punched fastening

holes such as ridge, valley and eave closures, ridge covers and starters, and ridge/hip

terminal.

2.02 RELATED MATERIALS:

A. Underlayment

1. Modified Bitumen Self-Adhering Underlayment: Self-adhering

rubberized/modified bitumen membrane with an exposed polyester fabric top

surfacing and inter-wound with a recyclable silicone coated release sheet with

minimum 6-month allowable exposure such as “MAT-40” by Bitec.

2. Synthetic Self-Adhered Underlayment: Self-adhering high-strength slip-resistant

polypropylene sheet membrane interwound with a recyclable silicone coated

release sheet with minimum 6-month allowable exposure such as “Sharkskin Ultra

SA” by Kirsch Building Products, LLC or “Titanium PSU-30” by InterWrap Inc.

B. Wire: 14 gauge copper wire as recommended by tile manufacturer.

C. Plastic Cement: Fibrated modified bitumen roofing cement, ASTM D 4586, such as "#19

Elastomeric Roof Cement" by Karnak.

D. Mortar:

1. Mix: One part Portland cement mortar and four parts sand.

2. Mortar Color: Match tile color.

E. Nails:

1. Field Tiles: Non-corrosive, 11 gauge stainless steel, large headed ring shank nail

of length to penetrate battens 25 mm (1-inch), minimum.

2. Wind Lock: .09 diameter stainless steel rounded windlock nose hook as

manufactured by Storm-Lock Tile Fasteners.

3. Ridge Covers: 11 gauge stainless steel ring shank nail of length to penetrate

nailers 25 mm (1-inch), minimum.

PART THREE - EXECUTION

3.01 EXAMINATION:

A. Verify substrate repairs, vent stacks, and other penetrating work modifications have been

completed and that substrate materials are dry.

B. Surface on which the system is to be applied shall be clean, smooth, dry, free of fins, sharp

edges, loose and foreign materials, oil and grease. Before beginning work in each roofing

phase, the Quality Assurance Inspector shall examine the surfaces in order to insure that the

deck, cants, curbs, nailers, blocking, and accessories are acceptable.

C. Do not proceed with roofing tile work until unsatisfactory conditions have been corrected.

D. After tile and underlayment removal, inspect the existing structural deck and framing

supports to stable for continued roof operations. Deteriorated deck and framing members

shall be replaced.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT BELGRADE, SERBIA

ROOFING TILES 07320 - 3

3.02 INSTALLATION:

A. Underlayment:

1. Fully adhere 900mm (36-inch) wide strips of underlayment parallel to and

centered in valleys.

2. Install underlayment in shingle fashion, beginning at eaves with courses

perpendicular to slope of roof. Press or roll underlayment in place.

3. Begin installing underlayment at edge of roof, perpendicular to slope, lapping

each course at least 100mm (4-inches) at edges and 150mm (6-inches) at ends.

Overlap valley underlayment a minimum of 150mm (6-inches).

4. Lap underlayment 150mm (6-inches) over hips and ridges.

5. Stagger end laps a minimum of 2m (6 feet).

6. Install additional ply of underlayment up vertical surfaces and penetrations a

minimum of 150mm (6-inches) and extending onto field a minimum of 100mm

(4-inches).

7. Apply an additional layer of underlayment over ridge nailers. Extend

underlayment 50mm (2-inches) onto field of roof.

8. Install sheet metal flashings at eaves and rakes and strip-in flange into

underlayment.

B. Roofing Tiles:

1. Install roof tile over wood battens.

2. Beginning at eaves, install first tile course.

3. Begin installation of tile at lower right section (facing the eave from the ground)

of the subject roof area.

4. Beginning at lower right, install eave closure (where required) with a field tile and

gable rake, cut hip, or cut valley. Secure eave closure in place with appropriate

fastener spaced 300mm (12-inches) on-center or adhesive. Install one complete

horizontal course of eave closures with field tiles all the way to and including the

fitting at the left. Lay first course on wood battens to determine what adjustments,

if any, are needed in the field.

5. After first course has been installed, progress in diagonal fashion from right to

left.

6. Secure tiles to battens using two fasteners per tile. Install wind clips over the butt

ends of the tiles.

7. When the top course of field tile is installed, mortar ridge tiles where they lap and

where they rest on the field tiles.

8. When the edge of the field ends in a hip or a valley, loose lay the field tile pieces

up the hip or valley and strike a chalk line to mark the angle of the hip or valley.

Cut the pieces to the line and install. Set small pieces in mortar.

9. Apply mortar over the hip stringer as the hip rolls so that the entire hip stringer

and cut hip tiles are sealed. Cement hip roll laps. Lay hip rolls from bottom of

hip.

10. Field cut tiles to fit around penetrations. Mortar closures at ridges, gable rakes,

hips, and wall abutments. Point mortar to clean surface.

11. Install special tile fittings at appropriate locations, secure where applicable and

apply mortar to seal/secure.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT BELGRADE, SERBIA

ROOFING TILES 07320 - 4

3.03 ADJUSTING:

A. Replace damaged or broken tile with new tile.

3.04 CLEANING:

A. Remove excess tile and debris from site.

END OF SECTION

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT BELGRADE, SERBIA

SHEET METAL FLASHING 07620 - 1

SECTION 07620 - SHEET METAL FLASHING AND TRIM

PART ONE - GENERAL

1.1 SECTION INCLUDES:

A. Shop or field-formed sheet metal work for moisture protection.

B. Types of work specified in this Section include:

1. Receivers and counter flashings.

2. Drip edge/eave flashing.

3. Gutters

4. Crickets.

5. Flashing aprons.

6. Pan flashings.

7. Sanitary vent pipes.

8. Valleys.

9. Snow Guards

10. Standing Seam Copper roof repair

11. Miscellaneous sheet metal accessories.

1.2 RELATED SECTIONS:

A. 02 40 00 - Minor Demolition and Renovation Work.

B. 07 32 00 - Roofing Tile.

1.3 REFERENCES:

A. American Society for Testing and Materials (ASTM).

B. Federal Specifications (FS).

C. National Roofing Contractor's Association (NRCA): NRCA Roofing and

Waterproofing Manual.

D. Sheet Metal and Air Conditioning Contractor's National Association, Inc. (SMACNA):

Architectural Sheet Metal Manual.

1.4 WARRANTY:

A. Contractor's Warranty: Provide Owner a written warranty which shall warrant sheet metal

work to be free of leaks and defects in materials and workmanship for five years after

date of final acceptance by Owner.

PART TWO - PRODUCTS

2.1 SHEET METAL MATERIAL:

A. Copper: ASTM B370, cold-rolled except where soft tempered required for forming,

4.87kg/sqm, 0.548mm thick (16 ounce/square foot).]

2.2 FASTENERS:

A. Fasteners shall be same metal as flashing and sheet metal being joined.

B. Exposed fasteners shall be self-sealing or gasketed for watertight installation.

C. Heads of fasteners, including but not limited to, rivets, screws, and bolts, that are

exposed or visible shall have same manufactured finishes as item being secured; color

to match when applicable.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT BELGRADE, SERBIA

SHEET METAL FLASHING 07620 - 2

D. Mechanical Fasteners:

1. Refer to Section 02072 - Minor Demolition and Renovation Work.

2. Washers: Steel washers with bonded rubber sealing gasket.

3. Screws: Self-tapping sheet metal type compatible with material fastened.

4. Rivets: Stainless steel and copper material for the head and stem, closed end; type

and color to match sheet metal items being adjoined.

2.3 RELATED MATERIALS:

A. Solder: 50-50 tin/lead solder, ASTM B 32.

B. Flux: Rosin flux

C. Soldering Bit: Hammer-shaped soldering bit weighing minimum 350g to 500g (0.75-

pound to 1.1-pounds).

D. Metal Accessories: Sheet metal clips, straps, anchoring devices, and similar accessory

units as required for installation of work, matching or compatible with material being

installed, noncorrosive, size and gauge required for performance.

E. Sealant: In accordance with Section 07 92 00 - Joint Sealants.

F. Stainless Steel Clamp: Stainless steel banding with worm-drive tightening, sized for

application such as "Make-A-Clamp Kit" by Dynamic Fastener.

2.4 FABRICATION - GENERAL:

A. Fabricate work in accordance with SMACNA Architectural Sheet Metal Manual and

other recognized industry practices and reviewed shop drawings.

B. Comply with material manufacturer's instructions and recommendations for forming

material.

C. Shop fabricate work to greatest extent possible. Fabricate inside and outside corners for

metal edges, counterflashing, and coping caps. Fabricate corners with equal length legs,

minimum 1.2 m (2 feet).

D. Field measure all sheet metal prior to fabrication.

E. Fabricate for waterproof and weather resistant performance with expansion provisions

for running work sufficient to permanently prevent leakage, damage, or deterioration of

work. Form work to fit substrates.

F. Make angle bends and folds for interlocking metal with full regard for expansion and

contraction to avoid buckling or fullness in metal after installation.

G. Form materials with straight lines, sharp angles, smooth curves, and true levels. Avoid

tool marks, buckling, and oil canning.

H. Fold back edges on concealed side of exposed edge to form hem.

I. Lap joints 100 mm (4-inches) minimum. Rivet and solder joints on parts that are to be

permanently and rigidly assembled. Install rivets, spaced 25 mm (1-inch) on-center and

apply solder to secure and seal exposed edge of sheet metal in a uniform continuous

bead with smooth top finish. Clean residue upon completion of soldering process.

Fabricate sheet metal assemblies so that adjoining sections are nested to achieve

continuous metal-to-metal contact.

J. Seams: Fabricate non-moving seams in sheet metal with flat-lock and soldered seams.

Tin edges to be seamed, form seams, and solder. Refer to Section 07 41 00 -

Standing Seam Metal Roofing for soldering procedures.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT BELGRADE, SERBIA

SHEET METAL FLASHING 07620 - 3

K. Expansion Provisions: Where lapped or bayonet type expansion provisions in work cannot

be used or would not be sufficiently waterproof or weatherproof, form expansion joints of

intermeshing hooked flanges, not less than 25 mm (1-inch) deep, filled with mastic sealant

concealed within joints.

L. Sealant Joints: Where movable, non-expansion type joints are indicated or required for

proper performance of work, form metal to provide for proper installation of

elastomeric sealant in compliance with SMACNA standards.

2.5 FABRICATED ITEMS:

A. Receivers and Counter flashings: Minimum 0.7 mm thick copper formed in maximum 3

m (10 foot) lengths; fabricate “S”-shaped receiver to engage counterflashing a

minimum of 25 mm (1-inch); fabricate counterflashing with broken fascia of length to

extend over top edge of base flashing a minimum of 100 mm (4-inches) with 13 mm (1/2-

inch) hemmed drip edge.

B. Wind Clips: Minimum 0.7 mm thick copper, 25 mm (1-inch) wide, length to engage

counterflashing a minimum of 13 mm (1/2-inch).

C. Drip Edge/Clip: Minimum 0.7 mm thick copper formed in maximum 3 m (10 foot)

lengths, with 100 mm (4-inch) horizontal flange and 100 mm (4-inch) fascia with 13

mm (1-2-inch) hemmed kick-out.

D. Cleats/Clips: 0.8 mm thick copper sheet metal, continuous strips, same fascia profile as

adjacent metal item.

E. Vent Pipe: 1.0 mm (2-1/2 pound) thick lead sheet.

F. Apron Flashing: 0.7 mm thick copper sheet metal.

G. Pan Flashings: Minimum 0.7 mm thick copper formed in maximum 3 m (10 foot)

lengths, with 150 mm (6-inch) high vertical leg, 150 mm (6-inch) wide pan with 25 mm

(1-inch) high water diverter.

H. Crickets: Minimum 0.8 mm thick copper sheet metal.

I. Gutters: 0.8 mm thick copper sheet metal with 25 mm (1-inch) wide double-hemmed

spacer.

J. Valley Cleat: Minimum 0.7 mm thick copper sheet metal, 50 mm (2-inch) wide, length to

engage a minimum of 25 mm (1-inch).

K. Valley Metal Flashing: 0.7 mm thick copper sheet metal, 550 mm (22-inches) wide with

one 25 mm (1-inch) high water diverter rib at centerline and 25 mm (1-inch) wide

returns at sides for cleat attachment.

L. Snow Guards: Minimum .4mm thick Copper with predrilled fasteners

1. Zaleski Inc.

PART THREE - EXECUTION

3.1 EXAMINATION:

A. Verify that substrates are smooth and clean to extent needed for sheet metal work.

B. Verify that reglets, nails, cants, and blocking to receive sheet metal are installed and free of

concrete and soil.

C. Do not start sheet metal work until conditions are satisfactory.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT BELGRADE, SERBIA

SHEET METAL FLASHING 07620 - 4

3.2 INSTALLATION:

A. Install sheet metal with lines, arises, and angles sharp and true, and plane surfaces free

from objectionable wave, warp, or buckle. Exposed edges of sheet metal shall be folded

back to form 6 mm (1/4-inch) hem on concealed side from view. Finished work shall be

free from water retention and leakage under all weather conditions. Install prefabricated

corners or transitions at changes in direction, elevation or plane, and at intersections.

Locate field joints not less than 300 mm (12-inches), nor more than 1 m (3 feet) from

actual corner. Laps for all metals shall be 25 mm (1-inch) wide, fastened with rivets

spaced 25 mm (1-inch) on-center and soldered.

B. Anchor units of work securely in place to prevent damage or distortion from wind or

buckling. Provide for thermal expansion of metal units; conceal fasteners where

possible; and set units true to line and level as indicated. Install work with laps, joints,

and seams permanently watertight and weatherproof.

C. Install fabricated sheet metal items in accordance with manufacturer's installation

instructions and recommendations and with SMACNA Architectural Sheet Metal

Manual.

D. Separations: Provide for separation of metal from non-compatible metal or corrosive

substrates by installing self-adhering underlayment sheet or other permanent separation

at locations of contact as recommended by manufacturer or fabricator. Do not use materials

incompatible with roofing system.

E. Continuous Cleat/Clips: Attach continuous cleats/clips at 150 mm (6-inches)

on-center with appropriate fasteners positioned on the vertical face. At a distance of

3 m (10 feet) from each direction of corner, install fasteners 75 mm (3-inches) on-

center. Install cleat so fascia extends a minimum of 25 mm (1-inch) below top of exterior

wall finish.

F. Counter flashings:

1. Install new receivers and counter flashings along rise walls, chimneys, and other

vertical structures.

2. At masonry/concrete substrates, install receiver in 25 mm (1-inch) deep by 13 mm

(1/2-inch) wide saw-cut reglet. Secure receiver in reglet with lead wedges spaced 300

mm (12-inches) on-center. Apply sealant along top edge of receiver and tool to provide

canted or downward sloping profile.

3. Secure new receiver with vertical flange extending behind cladding material at vents

and other structures.

4. Secure counter flashings to receivers at 150 mm (6-inches) on-center with self-

tapping grommetted screws.

5. Lap adjacent sections of receivers and counter flashings a minimum of 100 mm (4-

inches). Apply a continuous bead of sealant, Type B, in lap.

6. Install wind clips spaced 600 mm (24-inches) on-center.

G. Penetrations in Tile Roof:

1. Pop rivet and fully solder joints and seams of penetration pan

2. Install sheet metal bases with flanges on top of underlayment. Strip-in flanges with

200 mm (8-inch) wide strips of underlayment.

3. Install copper flashing shrouds on penetrating element during tile installation and,

interlace lead flashing in shingle fashion with tiles. Paint exposed lead flashing, color

to match tile.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT BELGRADE, SERBIA

SHEET METAL FLASHING 07620 - 5

4. On penetrations exceeding 300 mm (12-inches) in height, secure top edge of lead

sleeve with stainless steel draw band and apply a continuous bead of sealant on

top edge of lead flashing.

5. At vent pipe penetrations, fold lead inside of pipe a minimum of 25 mm (1-inch).

H. Roof Penetration Bonnet:

1. Install bonnet at penetrations to conceal top edge of flashing extending a minimum of

100 mm (4-inches) below top of penetration flashing.

2. Set bonnet in sealant, Type C.

3. Secure bonnet to penetration with draw band and tighten.

4. Apply a continuous bead of sealant, Type B, along top edge of bonnet and tool to

provide concave downward sloping finished surface.

I. Metal Drip Edge/Clip:

1. Install metal edge flashing/cleat on top of underlayment along eaves.

2. Secure horizontal flange of metal flashing to substrate with appropriate fasteners

spaced 75 mm (3-inches) on-center, staggered.

3. Overlap adjacent sections of metal flashing a minimum of 100 mm (4-inches) and

install continuous beads of sealant, Type B, in lap.

4. Strip-in flange of metal flashing with strips of underlayment concealing flange and

extending 100 mm (4-inches) beyond edge of flange.

J. Crickets:

1. Install pre-formed sheet metal crickets on upslope sides of louver/dormer

structures and roof curbs.

2. Install pan flashings along side of structure and extending under cricket.

3. Install apron flashing on down-slope side of structure overlapping with pan

flashings.

4. Strip-in flanges of sheet metal flashing with strips of underlayment concealing

flanges and extending 100 mm (4-inches) beyond edge of flanges.

K. Gutters:

1. Install sheet metal gutters in noted locations. Secure gutter with cleats on internal

and external faces or as designated in drawings.

2. Lap joints in gutters 100 mm (4-inches). Install two rows of rivets spaced on 25

mm (1-inch) centers, staggered, and fully solder joint. Lap joints in direction of flow

of water.

3. Install brackets/spacers for gutters at 300 mm (12-inches) on-center and

attached to front and back faces of gutters with pop-rivets and soldered.

4. Provide expansion joints in gutters spaced at 16 m (50 feet) on-center,

maximum. Install snapped-on cover over expansion joint.

L. Side Wall Flashing:

1. Install preformed metal pan flashing at bases of rise walls and vertical structures over

underlayment starting at lower end and working up.

2. Extend vertical flange 200 mm (8-inches), minimum, and nail vertical metal

flange near top of metal edge.

3. Lap Joints in flashing 150 mm (6-inches), minimum, and sandwich sealant,

Type 2, between lap.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT BELGRADE, SERBIA

SHEET METAL FLASHING 07620 - 6

M. Apron Flashing:

1. Install apron flashing at down slope side of louver/vent and curb structures.

2. Secure apron flashing to structure with pop rivets and solder.

3. Extend apron flashing over top of tile a minimum of 100 mm (4-inches).

4. Lap metal 150 mm (6-inches) and seal laps with flashing cement.

N. Flashing at Plumbing Stacks, Pipes, and Vents:

1. Install underlayment sealed to pipe and lapped onto underlayment.

2. Install lead flashing interlaced with tile coursing.

3. At gravity vent, fold lead inside of pipe and secure sheet metal hood to top of pipe.

O. Valley Metal:

1. Install lower edge of first piece of valley metal cutting to conform to and flush with

eaves overlapping on top of flanges of drip edge.

2. Overlap succeeding pieces minimum 150 mm (6-inches). Apply a bead

of sealant, Type B, sandwiched between lap.

3. Secure valley metal to substrate with metal cleats spaced 200 mm (8-inches) on-

center along the sides of the valley metal.

4. Install a lead flashing skirt at intersecting ends and terminations of valleys in field of

roof of valleys, extending 300 mm (12-inches) each side of valley.

P. Snow Guards:

1. Space two rows 12” O.C. off roof edge staggered 24” O.C.

2. Fasten with 2 fasteners per guard into structural wood deck.

Q. Soldering:

1. Prior to soldering, clean and tin the smooth hammer edge and the lateral surfaces.

2. Tin the soldering bit by heating the soldering bit to ~250 degrees Celsius (~480

degrees Fahrenheit) and cover the tip of the bit with liquid solder.

3. Debur the edges of the overlap area of sheet metal to be soldered to create a narrow

soldering gap.

4. Create an overlap of 10mm to 15mm (3/8-inch to 5/8-inch) and apply flux to the

overlap.

5. Exerting pressure, place the soldering bit, full-surface, onto the overlap. Once the

material has reached ~250 degrees Celsius (~480 degrees Fahrenheit), melt some

solder on the tip of the bit.

6. Apply steady pressure on the overlap with the soldering bit and the solder bar, and

guide the bit slowly along the soldered joint. Use auxiliary tools to apply pressure to

the overlap (e.g. piece of wood) for areas that are difficult to access.

7. The overlap area must be completely filled with solder and must have bonded! At no

point, can the gap be greater than 0.5 mm (0.020-inch). In the event of a defective

soldered joint, it must be reopened and soldering process repeated.

8. To solder vertical joints, exert steady pressure with the soldering bit, solder the vertical

up-weld from top to bottom. If necessary, fasten the joint beforehand in small

increments using spot soldering (tacking).

9. Begin soldering gutter joints at the gutter bead and exert pressure while slowly drawing

the soldering bit over the joint.

10. Clean the soldered joint using a damp cloth to remove corrosive flux residue and

carbon.

11. Provide 300 mm (12-inch) long sample of soldered lap joint and cut sample in half to

reveal interior of soldered joint to confirm depth and continuity of solder.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT BELGRADE, SERBIA

SHEET METAL FLASHING 07620 - 7

3.3 CLEANING:

A. Remove flux and residual acid immediately by neutralizing with baking soda and

washing with clean water. Leave work clean and free of stains, scrap, and debris.

B. Clean exposed metal surfaces, removing substances which might cause corrosion of metal

or deterioration/damage of finishes. Replace sheet metal items when damaged finish can

not be repaired to an acceptable condition.

C. Prime soldered area of phosphatized metal after cleaning to prevent rusting.

END OF SECTION 07 62 00

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT BELGRADE, SERBIA

SEALANTS 07920 - 1

SECTION 07920 - SEALANTS

PART ONE - GENERAL

1.01 SECTION INCLUDES:

A. Sealant application to counterflashing, reglets, roofing related sheet metal, and additional

sealant application as required to provide complete watertight roofing system.

B. Sealant application around replaced windows and louver frames.

1.02 RELATED SECTIONS:

A. 02072 - Minor Demolition and Renovation Work.

B. 07620 - Sheet Metal Flashing and Trim.

1.03 REFERENCES:

A. American Society for Testing and Materials (ASTM).

B. Federal Specifications (FS).

1.04 SUBMITTALS:

A. Product Data: Submit manufacturer's product data, joint preparation and installation

instructions, and color charts for each product required.

B. Submit manufacturer's certification that products meet specified requirements and are

appropriate for project applications.

C. Samples for Initial Selection Purposes: Submit manufacturer's standard bead samples

consisting of strips of actual products showing full range of colors available for each

product exposed to view.

1.05 QUALITY ASSURANCE:

A. Product Labels: Include manufacturer's name, type of sealant, and color on labels of

containers.

B. Single Source Responsibility for Joint Sealer Materials:

1. Obtain joint sealer materials from single manufacturer for each different product

required.

2. Provide primers, joint sealers, joint fillers, and other related materials that are

compatible with one another and with joint substrates under conditions of service

and application, as demonstrated by testing and field experience as supplied and

warranted by one manufacturer.

3. Provide joint sealers that have been produced and installed to establish and

maintain watertight and airtight continuous seals.

C. Installer Qualifications: Installer having not less than five years successful experience in

comparable projects and employing personnel skilled in operations required for project.

D. Field Sample: Upon directions of Owner, prepare 300mm (12-inch) samples in presence

of Owner demonstrating removal and cleaning process and application of sealant.

E. Use test methods standard with manufacturer to determine if priming and other specific

joint preparation techniques are required to obtain rapid, optimum adhesion of joint

sealers to joint substrates under environmental conditions that will exist during actual

installation.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT BELGRADE, SERBIA

SEALANTS 07920 - 2

1.06 DELIVERY, STORAGE, AND HANDLING:

A. Deliver materials in original containers with seals unbroken and labels intact.

B. Store materials in a single lockable area of project site.

C. Protect materials from extreme temperatures and exposure. Store in accordance with

manufacturer's recommendations.

1.07 PROJECT CONDITIONS:

A. Environment: Comply with sealant manufacturer's recommended minimum and

maximum installation temperatures and other weather protection.

1.08 SEQUENCING AND SCHEDULING:

A. Do not remove more sealant than can be replaced in same day.

1.09 WARRANTY:

A. Manufacturer's Warranty: Provide manufacturer's standard warranty for type of sealant

specified.

B. Contractor's Warranty: Provide written warranty against leakage and defects in

workmanship for a period of two years from date of final acceptance by Owner.

PART TWO - PRODUCTS

2.01 SEALANT:

A. Sealant:

1. Type A: One component polyurethane sealant such as "Dynatrol I" by Pecora

Corp. or "NP1" by Sonneborn, color to match finish of metal.

2. Type B: Two component polyurethane sealant such as "Dynatrol II" by Pecora

Corp. or "NP2" by Sonneborn, color to match finish of metal.

3. Type C: Medium modulus, neutral curing silicone sealant such as "895 Silicone

Building Sealant" by Pecora Corp. or "795 Silicone Building Sealant" by Down

Corning, or "Silpruf" by General Electric Co.; color to match finish of metal.

4. Type D Self-adhering elastomeric butyl tape, 3mm (1/8-inch) by 9mm (3/8-inch),

such as "Extru-Seal" by Pecora Corp.

2.02 RELATED MATERIALS:

A. Cleaner: Noncorrosive, nonstaining type, compatible with joint forming materials as

recommended by sealant manufacturer.

B. Joint Backing:

1. Closed cell non-gassing polyethylene foam rod, over-sized 30 to 50 percent for

joint size, compatible with sealant, sized and shaped to provide proper

compression upon insertion in accordance with manufacturer's recommendations.

2. Acceptable Products:

a. “Sonolastic Soft Backer-Rod” by Sonneborn.

b. “SofRod” by Namaco.

c. Or approved equal products.

C. Bond Preventive Materials: Pressure sensitive adhesive polyethylene strip recommended

by sealant manufacturer to suit application.

D. Primer: Nonstaining type as recommended by sealant manufacturer to suit application.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT BELGRADE, SERBIA

SEALANTS 07920 - 3

E. Masking Tape: Nonstaining, nonabsorbent type compatible with sealant and surfaces

adjacent to joints.

2.03 MIXING:

A. Mix multi-component products as directed by manufacturer.

PART THREE - EXECUTION

3.01 PREPARATION:

A. Removing Existing Sealants and Mortar:

1. Cut out and remove existing sealants, backer rods, bond breaker tapes, mortar and

other loose materials to depth as required by sealant manufacturer or to 13mm

(1/2-inch) minimum.

2. Remove foreign matter from joint substrates which could interfere with adhesion

of joint sealant. Remove dust, oil, grease, waterproofing, water repellent, surface

dirt, and paints, except for permanent protective coatings tested and approved for

sealant adhesion and compatibility by sealant manufacturer.

3. Remove debris from jobsite.

B. Cleaning:

1. Clean joints receiving sealant and adjacent surfaces in manner not to damage

existing materials. Perform cleaning of joints the same day sealant is to be

installed in cleaned joint.

2. Remove dust and debris by blowing clean with high pressure air.

3. Wipe nonporous surfaces clean with toluene or xylene and clean cloths.

C. Priming:

1. Prime joint substrates where indicated or where recommended by sealant

manufacturer based upon preconstruction sealant substrate tests or prior

experience.

2. Apply primer to comply with joint sealer manufacturer's recommendations. Apply

primer to surfaces the same day sealant is to be installed onto primed surfaces.

3. Confine primers to area of joint sealer bond. Do not allow spillage or migration

onto adjoining surfaces.

D. Masking: Mask areas adjacent to joints to prevent sealant contact with surfaces which

would be permanently stained or damaged by sealant or by cleaning methods required to

remove excess sealant.

3.02 APPLICATION:

A. Joint Backing:

1. To achieve required joint depths, restrict depth of joints by use of joint backer rod.

2. Size backer rod to allow for 30 percent minimum compression of the backer rod

when installed.

3. Where joint backing material is not feasible due to insufficient clearance or depth,

install bond preventive material in joint.

4. Three-sided adhesion of sealant is not permitted.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT BELGRADE, SERBIA

SEALANTS 07920 - 4

B. Sealant:

1. Install sealants by proven techniques that result in sealants directly contacting and

fully wetting joint substrates.

2. Apply sealant in uniform continuous bead without gaps or air pockets, following

manufacturer's instructions for each specific type of sealant.

3. Provide uniform cross-sectional shapes and depths relative to joint widths which

allow optimum sealant movement capability.

C. Tooling:

1. Tool joints to required configuration in accordance with manufacturer's

recommendations.

2. Sealant Tape:

a. Provide continuous uniform bed of sealant tape on horizontal bearing

surfaces. Butt adjacent sections end-to-end.

b. Prior to mating surfaces, remove backing paper from the installed tape.

c. Firmly press or clamp assembly upon removal of backing paper.

3. Tooling Non-sag Sealants:

a. Immediately after sealant application and prior to time skinning or curing

begins, tool sealants to form smooth, uniform beads of configuration

required.

b. Eliminate air pockets and ensure contact and adhesion of sealant with

sides of joint.

c. Remove excess sealant from surfaces adjacent to joint.

d. Do not use tooling agents which discolor sealants or adjacent surfaces or

are not approved by manufacturer.

D. Remove masking immediately after tooling without disturbing joint sealant.

3.03 ADJUSTING:

A. If damage or deterioration occurs, cut out and remove damaged or deteriorated joint

sealants immediately and reseal joints with new materials to produce joint sealer

installations with repaired areas indistinguishable from original work.

3.04 CLEANING:

A. Remove excess sealant from adjacent surfaces immediately after contact with xylene or

toluene.

B. Remove debris and containers from jobsite.

3.05 PROTECTION:

A. Protect joint sealants during and after curing period from contact with contaminating

substances or from damage resulting from construction operations or other causes so that

they are without deterioration or damage at time of Substantial Completion.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT BELGRADE, SERBIA

SEALANTS 07920 - 5

3.06 SCHEDULE:

A. Sealant A:

1. Sealant work in conjunction with roofing.

B. Sealant B:

1. Sealant work in conjunction with stucco and elastomeric coating.

C. Sealant C:

1. Metal-to-metal joints (coping cover plates, counterflashing lap joints, etc.).

2. Heat sensitive applications.

2. Counterflashings.

3. Penetration umbrellas.

D. Sealant D:

1. Penetration umbrellas.

END OF SECTION

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

ALUMINUM WINDOWS 08510 - 1

SECTION 08510 ALUMINUM WINDOWS

PART ONE - GENERAL

1.01 DESCRIPTION

A. Aluminum dormer window complete with hardware, safety laminate glass, related components and

accessories.

B. In addition to the safety glass, post will provided additional laminate for the contractor to install in

the field.

1.02 DELIVERY, STORAGE AND HANDLING

A. Protect windows from damage during handling and construction operations before, during and

after installation.

B. Store windows under cover, setting upright.

C. Do not stack windows flat.

D. Do not lay building materials or equipment on windows.

1.03 QUALITY ASSURANCE

A. Approval is required of products or service of proposed manufacturers and installers.

B. Approval will be based on submission of certification by Contractor that:

1. Manufacturer regularly and presently manufactures the specified windows as one of its

principal products.

C. Provide each type of window produced from one source of manufacture.

D. Quality Certified Labels or certificate:

1. Architectural Aluminum Manufacturers Association, "AAMA label" affixed to each window

indicating compliance with specification.

1.04 SUBMITTAL

A. Shop Drawings:

1. Minimum of 1/2 full scale // types of windows on project //.

2. Identifying parts of window units by name and kind of metal or material, show construction,

locking systems, mechanical operators, trim, installation and anchorages.

3. Include glazing details and standards for factory glazed units.

B. Manufacturer's Literature and Data:

C. Certificates:

1. Certificates as specified in paragraph QUALITY ASSURANCE.

2. Indicating manufacturers and installers qualifications.

3. Manufacturer's Certification that windows delivered to project are identical to windows tested.

.

1.05 WARRANTY

Warrant windows against malfunctions due to defects in thermal breaks, hardware, materials and

workmanship. Provide 10 year warranty period.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

ALUMINUM WINDOWS 08510 - 2

PART TWO - PRODUCTS

2.01 MATERIALS

A. Aluminum Extrusions; Sheet and Plate: AAMA 101/I.S.2/A440.

B. Fasteners: AAMA 101/I.S.2/A440. Screws, bolts, nuts, rivets and other fastening devices to be

non-magnetic stainless steel.

1. Fasteners to be concealed when window is closed. Where wall thickness is less than 3 mm

(0.125 inch) thick, provide backup plates or similar reinforcements for fasteners.

C. Insect Screening: Regular mesh, 18 by 18 AAMA 101/I.S.2/A440. Aluminum.

2.02 FABRICATION

A. Fabrication to exceed or meet requirements of Physical Load Tests, Air Infiltration Test, and

Water Resistance Test of AAMA/WDMA/CSA 101/I.S.2/A440, minimum // CW 30 // AW 40 //.

B. Glazing:

1. Factory Glaze Windows

2. Dual Glazed Windows: U 4.0 (U 0.7),

3. Safety Laminate Glass

4. ASTM C 1036, Type 1, Class 1, Q3, ¼” thick clear glass.

C. Trim:

1. Trim includes casings, closures, and panning.

2. Fabricate to shapes shown of aluminum not less than 1.6 mm (0.062 inch) thick

3. Extruded or formed sections, straight, true, and smooth on exposed surfaces. // Curved

sections true to line. //

4. Exposed external corners mitered and internal corners coped; fitted with hairline joints.

5. Reinforce 1.6 mm (0.062 inch) thick members with not less than 3 mm (1/8-inch) thick

aluminum.

6. Except for strap anchors, provide reinforcing for fastening near ends and at intervals not more

than 305 mm (12 inches) between ends.

7. Design to allow unrestricted expansion and contraction of members and window frames.

8. Secure to window frames with machine screws or expansion rivets.

9. Exposed screws, fasteners or pop rivets are not acceptable on exterior of the casing or trim

cover system.

D. Frame: Aluminum, match window unit finish type and color.

E. Hardware:

1. Locks: Two position locking bolts or cam type tamperproof custodial locks with a single point

control. Locate locking devices in vent side rail. Provide concealed or nonremovable

fastenings for locks and keepers.

2. Locking Device Strikes: Locate adjustable strikes in frame jamb. Fabricate strikes from Type

304 stainless steel or white bronze.

3. Fabricate hinges of noncorrosive metal. Hinges may be either fully concealed when window is

closed or semi concealed with exposed knuckles and hospital tips. Surface mounted hinges are

not acceptable.

4. Guide Blocks: Fabricate guide blocks of injection molded nylon. Install guide block fully

concealed in vent/frame sill.

5. Provide windows with hold open linkage.

6. Provide hold open hardware for maximum 150 mm (6 inches) of window opening with

adjustable friction shoe to provide resistance when closing window

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

ALUMINUM WINDOWS 08510 - 3

7. Handles: Removable type.

8. Hardware for Maintenance Opening of Windows: Opening beyond limit stop position

accomplished by maintenance key captured by release device when window is in open

position.

9. Design operating device to prevent opening with standard tools, coins or bent wire devices.

2.03 OPERABLE CASEMENT WINDOWS

A. Window: Alumil M20000 or approved equal.

B. Size: 94cm Height x 82cm Width. To fit existing opening.

C. Quantity: one

2.05 FINISH

A. Anodized Aluminum: Color: Match Existing

PART THREE - EXECUTION

3.01 INSTALLATION, GENERAL

A. Install windows units in accordance with manufacturer's specifications and recommendations for

installation of window units.

B. Where type, size or spacing of fastenings for securing windows and accessories or equipment to

building construction is not shown or specified, use expansion or toggle bolts or screws, as best

suited to construction material.

1. Provide bolts or screws minimum 6 mm (1/4-inch) in diameter.

2. Sized and spaced to resist the tensile and shear loads imposed.

3. Do not use exposed fasteners on exterior, except when unavoidable for application of

hardware.

4. Provide non-magnetic stainless steel Phillips flat-head machine screws for exposed fasteners,

where required, or special tamper-proof fasteners.

C. Set windows plumb, level, true, and in alignment; without warp or rack of frames or sash.

D. Anchor windows on four sides with anchor clips or fin trim.

1. Do not allow building load to bear on windows.

2. Use manufacturer's standard clips at corners and not over 600 mm (24 inches) on center.

3. Where fin trim anchorage is shown build into adjacent construction, anchoring at corners and

not over 600 mm (24 inches) on center.

E. Sills and Stools:

1. Set in bed of mortar or other compound to fully support, true to line shown.

2. Do not extend sill to inside window surface.

3. Leave space for sealants at ends and to window frame unless shown otherwise.

3.02 CLOSURES, TRIM, AND PANNING

B. Closures, Trim, and Panning: External corners mitered and internal corners coped, fitted with

hairline, tightly closed joints.

C. Secure to concrete or solid masonry with expansion bolts, expansion rivets, split shank drive bolts,

or powder actuated drive pins.

D. Toggle bolt to hollow masonry units. Screwed to wood or metal.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

ALUMINUM WINDOWS 08510 - 4

E. Fasten except for strap anchors, near ends and corners and at intervals not more than 300 mm (12

inches) between.

F. Seal units following installation to provide weathertight system.

3.03 ADJUST AND CLEAN

A. Adjust ventilating sash and hardware to provide tight fit at contact points, and at weather-stripping

for smooth operation and weather tight closure.

B. Clean aluminum surfaces promptly after installation of windows, exercising care to avoid damage

to protective coatings and finishes.

C. Remove excess glazing and sealant compounds, dirt, and other substances.

D. Clean glass promptly after installation of windows. Remove glazing and sealant compound, dirt

and other substances.

END OF SECTION

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

LIGHTNING PROTECTION SYSTEM 13110-1

SECTION 13110 - LIGHTNING PROTECTION SYSTEM (UNIT PRICE No. 2)

PART ONE - GENERAL

1.1. SECTION INCLUDES: A. The work covered under this section of the specifications consists of furnishing labor, materials and

services required for the replacement, activation, and completion of lightning protection system.

1.2. SUBMITTALS: A. Complete catalog product data submittal showing the type, size, and location of all grounding, roof

conductors, down conductors, through-roof connectors and air terminals shall be submitted for

approval prior to the commencement of work.

1.3. QUALITY ASSURANCE: A. The lightning protection system shall conform to the requirements and standards for lightning

protection systems in accordance with UL, NFPA,VDE and LPI.

B. The system furnished under this specification shall be the standard product of a manufacturer

regularly engaged in the production of lightning protection equipment and shall be the

manufacturer’s latest approved design.

C. Reffer to the following European standards;

a. Lightning conductor, Make DEHN+Söhne (or equal), Ø 8 mm, made form AlMgSi

halbhart 840 108l, according to German Industrial Standard DIN EN 50164-2, to be

delivered and mounted incl. holding devices in necessary amount, (e max. = 0.80 m

distance), to be placed onto the new roof incl. the connection to the downstream grounds

PART 2 – PRODUCTS

2.01 MATERIALS: A. All materials shall be lead coated copper/bronze. Aluminum components shall be used in locations

where system components are mounted to aluminum surfaces to avoid galvanic corrosion of

dissimilar metals. All bolts, nails and screws are to be stainless steel.

B. Class II materials shall be used on structures at or above 75 feet in height.

C. Minimum material requirements are as follows:

1. Conductor: Copper braded cable, 5/8” (15mm) diameter, four new runs minimum to grade,

conceal horizontal cables below ridge and hips tiles or caps; use the steel handrail as a

conductor at upper patio. Or approved Equal.

2. Lead Coated Copper Air Terminals: IPC #A332, 5/8” (15mm) diameter by 12” (250mm)

long solid copper located at building corners and eave edges and patio. Or approved

Equal.

3. Connectors: Bronze locking. Or approved Equal.

4. Fittings and Fasteners: In accordance with the standards all fittings and fasteners must be

bolt type. No crimp type fittings are to be used. Or approved Equal.

5. Ground Rods: Existing

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

LIGHTNING PROTECTION SYSTEM 13110-1

PART 3 - EXECUTION

3.01 INSTALLATION: A. Lightning Protection system shall be installed in accordance with manufacturer’s

recommendations.

B. All equipment shall be installed in a neat, workmanlike manner. The system shall consist of a

complete network of conductor cables at the roof and parapet walls, and include air terminals,

connectors, splicers, appropriate bonding, down lead cables and proper ground terminals.

3.02 COORDINATION: A. The lightning protection contractor shall work with other trade contractors to ensure a correct, neat and

inconspicuous installation. It shall be the responsibility of the lightning protection contractor to assure

a proper bond to the appropriate grounded utilities.

B. The roofing contractor will be responsible for sealing and flashing all lightning protection roof

penetrations as per the roof manufacturer’s recommendations.

3.03 ACCEPTANCE TESTING: A. Visually inspect the entire system for loose connections, premature corrosion, secure fastenings,

and potential surge suppression.

B. Verify continuity of those parts of the system that are concealed during installation and that are

now not available for visual inspection.

C. Ground resistance tests of the ground terminal system and each individual electrodes, if adequate

disconnecting means have been provided and ground to earth acceptance current values are in

acceptable range.

D. Continuity tests to determine if suitable equai-potential bonding has been established for the new

service.

END OF SECTION

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

ROOF HEAT TRACE ATTACHMENT SYSTEM 07725 - 1

SECTION 07725 - ROOF HEAT TRACE ATTACHMENT SYSTEM (UNIT PRICE No. 3)

PART ONE - GENERAL

1.01 SUMMARY:

A. Roof mounted heat-trace ice-melt system at designated locations along valleys, rise walls,

gutters and downspouts.

1.02 RELATED SECTIONS:

A. Section 07620 - Sheet Metal Flashing and Trim.

1.03 REFERENCES:

A. Aluminum Association (AA)- Aluminum Standards and Data, 2003 Edition.

B. ASTM International (ASTM):

1. B85-03 - Standard Specification for Aluminum-Alloy Die Castings.

2. B221-04a - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars,

Rods, Wire, Profiles, and Tubes.

3. E527-83(2003) - Standard Practice for Numbering Metals and Alloys.

1.04 SUBMITTALS:

A. Submittals for Review:

1. Shop Drawings: Show locations of clamps on roof, clamp spacing, and type of

component being attached.

2. Product Data: Include product description and installation instructions.

3. Samples: Samples of typical clamp.

B. Quality Control Submittals:

1. Test Results: Results of product load testing performed on panel seams.

1.05 QUALITY ASSURANCE:

A. Load Testing:

1. Provide product tensile load testing performed by a recognized independent testing

laboratory.

2. Test loading to failure on mockup of specific panel seams proposed for this Project,

performed in direction parallel to seams.

1.06 WARRANTIES:

A. Provide manufacturer’s one year warranty providing coverage against defects in materials

and workmanship.

PART TWO - PRODUCTS

2.01 PLASTIC JACKETED:

A. Heat Trace: Plastic jacketed, bus wire insulated, 2-conductir nickel/chrome heat wire, custom

fabricated to produce 5 watts per linear foot, hot and cold sections. Optional tinned copper

braid exterior. Hot sections not to exceed 90 degrees F with 0 degree F ambient.

1. Based on Easy Heat, Inc and Raychem.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

ROOF HEAT TRACE ATTACHMENT SYSTEM 07725 - 2

2.03 CONTROL PANEL and TRANSFORMER

A. Relay Control Panel or Contactor Panel: Control Relay Panel accommodating 2, 4, 6, or

8, 30A resistive poles.

B. Control Box: Monitors overall system for proper and safe operation.

1. Provides protection for over-current, undercurrent and high temperature transformer

2. Fitted with power service disconnect rated for system operating range.

3. Located within three feet of existing electrical panel.

C. Snow Switch Control: An automatic snow/ice sensor which detects precipitation occurring at

temperatures below 38° F (4 ° C).

D. Thermostatic Control: The system shall be controlled by an adjustable ambient sensing

thermostat.

E. Multiple Circuits for Control, Monitoring and Power Distribution: Multiple Circuits for

Control, Monitoring and Power Distribution: Where the rating of the activator would be

exceeded, it shall be used for activation of multiple heater circuits.

F. Heating Cable Power Transformer:

1. Properly sized so cable heating element operation is less than 96 amps.

2. Multi tapped on primary side to allow for operation of supply of 120, 208, 240, and/or

277 volts.

3. Multi tapped on secondary side to allow proper operation when operating range of

heating elements lengths.

PART THREE - EXECUTION

3.01 EXAMINATION:

A. Prior to beginning installation, verify that:

1. Panel seaming is complete.

2. Panel attachment is sufficient to withstand loads transferred from clamps.

3. Installation will not impede roof drainage.

3.02 PREPARATION:

A. Clean seam areas to receive clamps; remove loose and foreign matter that could interfere with

installation or performance.

3.03 INSTALLATION:

A. Heat Trace General:

1. Install clamps in accordance with manufacturer's instructions.

2. Place clamps in neat, straight rows, evenly spaced.

3. Place both set screws on same side of clamp.

4. Tighten set screws to manufacturer's recommended torque.

5. Randomly test set screw torque using calibrated torque wrench.

3.04 LAYOUT:

A. Lay the heat trace in the path of major water flows such as valleys. Heat trace can be set

zigzag along roof overhangs where ice damming is a known condition. Heat trace lines

should be installed with drip edges into gutters. This is to continue the flow of melt water

towards the downspout.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

ROOF HEAT TRACE ATTACHMENT SYSTEM 07725 - 3

B. At no time, should the heat trace lines overlap or be in direct contact. Overlaps may overheat

the heat trace insulation and burn out the conductors.

C. Heat trace systems should include an electrical junction box connection located at the exit of

the downspouts, a minimum of one meter above the ground.

D. All electrical junction boxes must be exterior grade and ground fault protected. Heat trace

from the junction box to the downspout should be supplied with an unheated “cold section.”

3.05 FIELD QUALITY CONTROL

A. Testing as directed by system manufacturer:

1. Prior to covering, visually inspect heating element and cold leads for cuts and damage;

repair as necessary.

2. Check for continuity to any conductive material, including but not limited to metal;

eliminate as necessary.

3. Conduct After-Installation Element Tests per manufacturer’s installation instructions.

Test system in presence of Architect, Contractor, and Owner’s Representative, to be

certain system functions in accordance with design intent.

C. Immediately prior to and immediately following attachment of roofing material, check each

cable element system for electrical continuity and check for electrical isolation (resistance) to

ground and any metallic materials near cable heating element.

D. Test gutter melt system as recommended by system manufacturer.

1. Testing shall be performed by a Licensed Electrical Contractor.

2. Field testing of insulation resistance and continuity of the units shall be carried out

with a 2500VDC Megohmmeter insulation tester and recorded by the Electrical

Contractor.

3. Insulation resistance shall be consistently not less than 20 megohms during each test.

3.06 DEMONSTRATION

A. Provide adequate demonstration and training to Owner in operation and maintenance of

system. Demonstration shall occur during actual snow fall in the winter.

END OF SECTION 07725

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

TEMPORARY ELECTROMECHANICAL DISCONNECTS 17000 - 1

SECTION 17000 - TEMPORARY ELECTROMECHANICAL DISCONNECTS

PART ONE - GENERAL

1.01 SECTION INCLUDES:

A. Temporarily disconnect all rooftop electrical equipment or circuits including fans, rooftop

circuits, light fixtures, and HVAC units as needed, but excluding wiring and cabling for

communications equipment.

B. Pre-testing of mechanical units, temporary raising, and disconnects of mechanical units

including disconnects, reinstallation of units as shown on the drawings, and re-testing and

correction of deficiencies caused by the Work.

C. Contractor shall install new non-penetrating pipe and cable supports and cable trays.

D. No piece of communication equipment shall be moved or disconnected without prior

written authorization. Communications equipment shall be disconnected, moved out of the

way of construction activities, and reinstalled by Contractor.

E. Contractor shall coordinate work to ensure a minimum disruption to the Communications

equipment.

1.02 QUALITY ASSURANCE:

A. The Contractor shall employ mechanics proficient and licensed in the trades involved.

B. The Contractor shall disconnect equipment only as scheduled in the approved construction

schedule and when performing roofing work in the immediate area of the equipment.

C. Each unit shall be fully operational immediately after reinstallation. Shut-down time for

each unit shall be limited to a four hour period unless otherwise agreed in writing.

D. Prior to commencing any disconnections, the Contractor shall be given forty-eight hours

notice.

1.03 TESTING:

A. Prior to commencing roofing work, the Contractor shall test all equipment.

B. All deficiencies in operation including unusual noises will be noted in writing and shall

become a matter of records.

C. Upon completion of the reinstallation of each unit, it shall be retested by the Contractor

D. Any deficiencies which were not noted in the initial testing shall be corrected by the

Contractor at his expense.

PART TWO - PRODUCTS

2.01 MATERIALS:

A. Any replacement parts or additional materials needed due to changes in curb or sleeper

heights shall be as recommended by the manufacturers of the mechanical unit or as

required by governing codes, and shall match the existing materials as to type, size,

thickness, and quality.

UNITED STATES DEPARTMENT OF STATE

DCR ROOF REPLACEMENT

BELGRADE, SERBIA

TEMPORARY ELECTROMECHANICAL DISCONNECTS 17000 - 2

PART THREE - EXECUTION

3.01 DISCONNECTION:

A. Circuits shall be placed under a controlled tagging and log procedure. Prior to

disconnection, all sources of power to the panel or equipment shall be verified. De-

energized power circuits shall be tagged out.

B. Prior to removing equipment or panels, conductors, cables, conductors and terminals

terminating in the equipment shall be uniquely identified. This information shall be

recorded on a terminal connection schedule prepared for each piece of equipment.

C. Disconnected cable ends and conductors shall be protected from moisture and rain.

D. After disconnection, move equipment and materials a sufficient distance to permit the

installation of roofing and flashing materials.

3.01 RE-INSTALLATION:

A. After disconnection, move units sufficient distance to permit the installation of the new

supports or curbs, where indicated on drawings, and new roofing and flashing materials.

B. Provide plywood traffic ways for moving units, including under equipment used for

moving units, for its full route of movement.

C. Under no circumstances shall any equipment be stored on completed sections of the new

roof or any adjoining roofs not included in this contract.

D. After installation of equipment support (if required), the unit shall be reset on the support.

Reconnecting of pipe, conduit, wiring, and reactivation of the unit to its original condition

shall be provided by Contractor. All conduit modifications, extension of ductwork, etc.,

shall be provided by Contractor at no additional cost to Owner.

E. Units shall be installed level, plumb, and free of vibration and in accordance with unit

manufacturer's original installation practices.

3.03 ACCEPTANCE

A. Prior to declaring equipment "in service", the equipment and controls shall be tested for

proper operation. This shall require the equipment to be exercised through three complete

cycles. Any deficiencies occurring during this test shall be corrected and the equipment

re-tested until it operates successfully through three complete cycles. Following this test,

the equipment shall be declared operational and "in service".

END OF SECTION

U.S. Embassy Belgrade 19RB1019R0001

Page 34 of 36

(not including Attachments)

ATTACHMENT #2

DRAWINGS

6 pages not counting this cover sheet

Drawings will be issued to interested parties at the site visit

U.S. Embassy Belgrade 19RB1019R0001

Page 35 of 36

(not including Attachments)

ATTACHMENT #3

SAMPLE LETTER OF BANK GUARANTY

Place [ ]

Date [ ]

U.S. Embassy

GSO/Contracting Officer

Bul. kneza A. Karadjordjevica 92

11040 Belgrade, Serbia

Letter of Guaranty No. _______

SUBJECT: Performance and Guaranty

The Undersigned, acting as the duly authorized representative of the bank, declares that the bank

hereby guarantees to make payment to the Contracting Officer by check made payable to the

Treasurer of the United States, immediately upon notice, after receipt of a simple written request

from the Contracting Officer, immediately and entirely without any need for the Contracting

Officer to protest or take any legal action or obtain the prior consent of the Contractor to show

any other proof, action, or decision by an other authority, up to the sum of [amount equal to 20%

of the contract price in U.S. dollars during the period ending with the date of final acceptance

and 10% of the contract price during contract guaranty period], which represents the deposit

required of the Contractor to guarantee fulfillment of his obligations for the satisfactory,

complete, and timely performance of the said contract [contract number] for [description of

work] at [location of work] in strict compliance with the terms, conditions and specifications of

said contract, entered into between the Government and [name of contractor] of [address of

contractor] on [contract date], plus legal charges of 10% per annum on the amount called due,

calculated on the sixth day following receipt of the Contracting Officer’s written request until the

date of payment.

The undersigned agrees and consents that said contract may be modified by Change Order or

Supplemental Agreement affecting the validity of the guaranty provided, however, that the

amount of this guaranty shall remain unchanged.

The undersigned agrees and consents that the Contracting Officer may make repeated partial

demands on the guaranty up to the total amount of this guaranty, and the bank will promptly

honor each individual demand.

This letter of guaranty shall remain in effect until 3 months after completion of the guaranty

period of Contract requirement.

Depository Institution: [name]

Address:

Representatives: Location:

State of Inc.:

Corporate Seal:

Certificate of Authority is attached evidencing authority of the signer to bind the bank to this

document.

U.S. Embassy Belgrade 19RB1019R0001

Page 36 of 36

(not including Attachments)

ATTACHMENT #4

UNITED STATES DEPARTMENT OF STATE

BREAKDOWN OF PRICE BY DIVISIONS OF SPECIFICATIONS

ITEM OF WORK QUANTITY UNITS MATERIAL COST

LABOR AND EQUIPMENT COST

TOTAL

PER UNIT SUBTOTAL PER UNIT SUBTOTAL

Mobilization 1 Lump Sum

Temporary Roof Structure/Scaffold

1 Lump Sum

Removals 3,000 Square feet

Existing Framing Repairs 1 Lump Sum

Wood Deck Repair/Replacement

1,500 Square feet

Underlayment 3,000 Square feet

Square feet

Clay Tile Roof Replacement Area

3,000 Square feet

Sheetmetal Flashing (Copper)

250 Linear feet

Masonry Repair (Chimneys)

3 units

Window Replacement 1 units

Copper Gutters 200 Linear feet

Lightning Protection (UP #2)

1 Lump Sum

Heat Trace (UP #3) 1 Lump Sum

Taxes and Insurance 15% Labor

Overhead 10% Labor/Materials

Profit 10%

Contingency 5%

Project Total

TOTAL: USD ____________

Allowance Items:

PROPOSAL PRICE TOTAL: USD ___________

Alternates (list separately do not total)

Offeror: Date PRICE BREAKDOWN BY DIVISION OF SPECIFICATION ITEMS