SCOPE OF WORK Project Title: Replace Deteriorated Roof Singles at Cape Lookout National Seashore Maintenance Shop PMIS # 159350 Prepared By: Mike Baker Cape Lookout National Seashore 131Charles St Harkers Island, NC 28516 GENERAL 1.0 General Description: This project would replace the existing maintenance roof with a three tab asphalt architectural shingles. The roof is 2880 square feet (37x79). Replacement would include replacement of deteriorated decking and soffits siding and the installation of solar lighting tubes. 1.1 Statement and Specifications of Work A. Remove and reinstall existing gutters with the original gutter at eves as needed to before actual work is performed on the roof. Damaged gutters not removed during construction that are damaged by contractor will be replaced by contractor a no addition cost to the government. B. Remove and reinstall attached rooftop antennas. Ensure that during reinstallation that all mounting accessories bolts or screw are properly weather sealed and anchored to prevent any water penetrations. C. Remove all existing asphalt shingles, underlayment and any loose debris into contractor provided dumpsters. D. Inspect and remove and replace up to 100 square feet of deteriorated decking as identified by the contractor and verified by the contracting officer representative. All new replacement decking will match existing deck thickness and be replaced with pressure treated plywood using stainless steel roofing nails. Insure that all roof decking joints, nails are flush to roof decking. Patch any holes in plywood larger than ½ inch.
E. Inspect and remove and replace up to 120 square feet of deteriorated of rotted or damaged soffits as identified by the contractor and verified by the Contracting Officer Representative. All replaced soffits will match existing material and finishes and will be primed and painted to match existing color. F. Inspect and remove and replace up to 150 linear feet of cementitious siding as identified by the contractor and verified by the contracting officer representative.. All replaced siding will match existing material and finishes and will be primed and painted to match existing color. G. Remove and install new one four inch 4 and one two inch roof vent boots. H. Install eight solar light tubes using Solatube 330 DSC Ceiling Tubular Daylighting System or equivalent. Cut out and transition each solar light tube through roof into attic and mount on inside interior ceiling of shop roof. Solar tubes installation locations will be determined on-site per the contracting officer representative approval. I. Install complete ice and water shield membrane on entire exposed plywood decking with proper overlap with no gaps, cover entire surfaces and any gaps in ridges valleys and hips. Ice and water shield will tie in underneath new flashing. Ice and water shield must meet the performance criteria of ASTM D1970. J. Install new aluminum drip edge along all outer edges of plywood covering the entire perimeter. Install aluminum flashing in valleys and top fascia plates using Florida Green or comparable color approved by the Contracting Officer Representative. K. Install Synthetic underlayment over entire ice and water shield surface with proper overlap and no gaps. L. Install new asphalt architectural roof shingles on roof including hip and ridge caps using GAF Timberline Ultra HD or equivalent, with a 130 miles per hour wind rating or higher. Install per manufactures specifications following all state and local requirements. Use aluminum nails six per shingle. Cement all perimeter shingles and ridge shingles with polyurethane roof cement.
1.2 LOCATION: A. Work is to be performed in Cape Lookout National Seashore located approximately twenty miles from Beaufort, NC. The project site is located near the end of Harkers Island Rd and Cape Point Rd at the maintenance facility building. Latitude 34 41'23.05"N Longitude 76 31'42.11"W B. All work will be performed under a single contract. 1.3 USE OF PREMSES: A. The contractor shall at all times conduct his operations to ensure the least inconvenience to the staff operations. Temporary fencing, flagging and barricades may be required to safely secure the worksite. The contractor must work safely around visitors and employees. Contractor will maintain a clean and safe worksite at all times. B. Electrical power 120volts and water will be provided to the contractor during roof construction provided equipment is properly sized for use with our utilities. C. Contractor will stage equipment, vehicles and materials at Cape Lookout parking lot spaces close to worksite and will be approved by Contracting Officer Representative prior to mobilization. D. Contractor must protect all natural and structural resources including trees and plants within the construction site including adjacent AC compressors and propane cylinders. If natural resource or equipment damage occurs, the contractor is responsible to restore, repair or replace any damaged assets at no additional expense to the government. E. The use of restroom and break room facilities at maintenance shop will be available for contractor use, provided facilities are left cleaned and free of debris on a daily basis. 1.4 DISPOSAL OF HAZARDOUS WASTE AND RECYCLING A. Legal disposal of materials and chemicals used in this contract will be the responsibility of the contractor.
B. Recycle construction waste such as wood products and or metal flashing and components. 1.5 SPECIAL CONSTRUCTION REQUIREMENTS: A. Weekend or holiday restrictions: No on-site work shall be performed during weekends or holidays. Work hours are generally between 8:00am to 5:00pm.unless otherwise approved or directed by the Contracting Officer. B. Contractor(s) will be required to attend scheduled on-site visit to review job statement of work/ conditions prior to placing bid/price to Contracting Officer. 1.6 FIELD VERIFICATION: A. All field work will be verified and inspected by the Contracting Officer Representative in all work listed under the Statement of Work items listed in 1.1 Statement of work items listed A through L. 1.7 CONSTRUCTION MATERIALS: A. All material shall be contractor furnished from outside the park. B. Replacement plywood sheathing or soffit material will be pressure treated wood and will match existing thickness, width and style of existing materials. Cementitious siding replacement will match existing size and texture to existing siding. C. All nails and fasteners for decking, roof underlayment, soffits, siding and roof shingles will be aluminum and properly gauged and sized per manufacturer specifications. D. All flashing and drip edge will be of heavy gauged aluminum. Any exposed flashing greater the one inch will be purchase pre-painted by manufacture using a Florida Green or comparable color approved by the contracting officer representative.
E. New solar light tubes will be Solatube 330 DSC Ceiling Tubular Daylighting System or the equivalent approved by the contracting officer representative. F. Ice and water shield will meet or exceed the performance criteria of ASTM D1970 and be UL Classified. G. Synthetic felt will meet or exceed the requirements of ASTM D226 and D4869. H. Roof shingles will be GAF Timberline Ultra HD or equivalent, with a 130 miles per hour wind rating or higher using a Florida Green or comparable color approved by the contracting officer representative. 1.7 SUBMITTALS Written submittals with data and specifications will be required before actual work on roof replacement begins as listed under 1.7 construction materials items B through L. All submittals must be approved prior to purchasing or installing product by the contracting officer representative. 1.7 PAYMENT
SCOPE OF WORK Project Title: Repair and Repave Asphalt Parking at Cape Lookout National Seashore Shell Point and Entrance PMIS # 52266 PEPC # 55623 Prepared By: Mike Baker Cape Lookout National Seashore 131Charles St Harkers Island, NC 28516 GENERAL 1.0 DESCRIPTION: A. The project will consist of approximately 7,987 square yards of new asphalt for parking lots, entrance roads and the restriping one hundred and seven car, bus and four ADA spaces. Preparation Work: Remove damaged asphalt prior to laying any new asphalt. Removal of damage asphalt is defined in parking areas and is a total area of 173 X 50 totaling 961 square yards. Once asphalt is cut out and removed from existing parking lot the area will be filled with ½ minus road crusher fines and then and then compacted to 100% using pneumatic roller and tamping plates. This will match existing east side at lot top pavement grade and will have a gradient slope of 1.5 degrees sloping to the entire south side of parking lot. A silt fence and/or minimal erosion control will be used as required during duration of project. All areas of paving and overlays will be clearing delineated by contracting officer representative and cross verified by contractor for total asphalt square yards before the start of project. All elevations will clearly delineated by contractor with wood ground stakes clearly marking elevations and must approved by Contracting Officer Representative prior to applying/laying new asphalt. Parking lot slope will allow proper water drainage to the Sound Side (south side) of parking lot. The design of the repaving will account for proper drainage and erosion from water runoff. Paving entrance road and area lots paving will follow contours and sloping of existing gravel base to allow directional drainage.
B. New asphalt will be a 2 thick overlay (approximately 7,987 Sq. yards), spread by machine and hand by the contractor. C. Prior to asphalt overlay an emulsion tack spray adhering to Federal Government Specifications Federal Government Specifications RP-355e (GSA-FSS) and American Society for Testing and Materials (ASTM) D-3320-74T and D-490 specifications will applied to the entire surfaces being overlaid. Special care and temporary covering will protect existing curbs, posts, sidewalks gates and other objects from being spattered or soiled with tack emulsion oil or asphalt residues. The asphalt construction will contour the existing asphalt and concrete that surrounds all existing parking areas. All asphalt surfaces shall be in accordance to NCDOT Type S 9.5A and be a smooth surface with no Spalding or open fissures. Asphalt will be rolled by steel driven roller to properly compact asphalt overlays. 1.1 LOCATION: A. Work is to be performed in Cape Lookout National Seashore located 20 miles from Beaufort, NC. The project site is located near the end of Harkers Island road which includes two parking lots and entrance roads. Latitude 34 41'23.05"N Longitude 76 31'42.11"W B. All work will be performed under a single contract. 1.2 CONTRACTORS USE OF PREMSES AND TEMPORARY BARRIERS: A. Contractor will stage equipment, vehicles and materials at Cape Lookout parking lot spaces close to worksite and will be approved by Contracting Officer Representative. B. Contractor shall at all times conduct his operations to ensure the least inconvenience to the public. Temporary fencing, flagging and barricades will be required to safely secure the worksite. The contractor must work safely around visitors and employees. The contractor shall maintain a clean and safe worksite at all times.
C. Contractor must protect all natural resources including trees and plants within the construction site. If natural resource damage occurs, the contractor is responsible to restore, repair or replace any damaged resources at no additional expense to the government. D. Provide temporary barriers to protect existing trees, plants and root zones. E. Carefully supervise excavating, grading, filling and other construction operations to prevent damage to natural resources. F. Existing Utilities: Contractor is responsible for locating all utilities below and above ground prior to work commencing. G. Contractor shall be responsible for locating and preventing damage to known utilities. If damage occurs contractor will repair utilities at no additional expense to the Government. H. Hauling restrictions: Comply with all legal load restrictions in the hauling of materials. Load restrictions on park roads are identical to the State load restrictions with such additional regulations may be imposed by the Contracting Officer Representative 1.3 SPECIAL CONSTRUCTION REQUIREMENTS: A. Weekend or holiday restrictions: No on-site work shall be performed during weekends or holidays unless otherwise approved or directed by the Contracting Officer. B. Contractor(s) will be required to attend scheduled on-site visit to review job statement of work/ conditions prior to placing bid/price to Contracting Officer. 1.4 FIELD VERIFICATION: A. All field work will be verified by the Contracting Officer Representative 1.5 CONSTRUCTION MATERIALS:
A. All material shall be contractor furnished from outside the park. B. Legal disposal of materials is the responsibility of the contractor. 1.6 PAYMENT: