welcome to the johnson space center pre-bid conference and site visit april 7, 2009 american...

58
Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS) Projects Roof Replacement and Loggia Ledge Replacement – Roof Packages 1 and 2

Upload: jonas-robinson

Post on 29-Dec-2015

218 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

Welcome to theJohnson Space Center

Pre-Bid Conference and Site Visit April 7, 2009

American Recovery and Reinvestment Act – Cross Agency Support (CAS) Projects

Roof Replacement and Loggia Ledge Replacement – Roof Packages 1 and 2

Page 2: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

2

AgendaSpeaker Title Subject

Karen Kelldorf Contracting Officer Agenda/Safety and Administrative Information

Larry Kenyon Associate Director, Office of Procurement

Welcome from Johnson Space Center

Karen Kelldorf Contracting Officer Overview

Scott Robinson Chief, Security Office Security and Badging Requirements

Sergio Leal Safety Engineer, Safety and Test Operations Division

Safety and Health Requirements

Elijah Williams Contract Specialist IFB Highlights and Schedules for Roof Packages 1 and 2

Deryl Francis Contracting Officer’s Technical Representative – Roof Package 1

Technical Specifications and Requirements for Roof Packages 1 and 2

Page 3: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

3

Safety and Administrative Information

Restrooms can be found in the hallway outside this ballroom.

Fire exits are the front entrance and side exit doors. In the event of a fire, you must move at least 75ft. away from the building.

Fire Exits

Fire Exit

Fire Exit

Restrooms

Page 4: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

4

Registered LobbyistAnyone in attendance who is a

registered lobbyistis required to identify themselves as

such on thesign-in sheets provided.

Page 5: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

5

Larry A. KenyonAssociate Director, Office of Procurement

Welcome

Page 6: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

6

Karen D. KelldorfContracting Officer

Overview

Page 7: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

7

Notice• The Pre-Bid Conference for Roof Package 1 and 2 have been

combined, however, they are two entirely separate acquisitions. A separate stand-alone bid package is required for each Invitation for Bid (IFB). Bidders are not required to bid on both packages.

• The purpose of the Pre-Bid Conference and Site Visit is to help industry understand the Government’s requirements.

• Pre-Bid Conference Attendee List and Charts presented today will be posted on within 2 working days on the NASA Acquisition Internet Service (NAIS) website.

• These slides are not to be interpreted as a comprehensive description of all requirements of the solicitation.

• To the extent there are any inconsistencies between this briefing and the contract solicitation, the contract solicitation governs.

Page 8: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

8

Points of Contact

Contracting Officer: Karen D. KelldorfE-mail address: [email protected]: 281-483-1863

Contract Specialist: Elijah J. WilliamsEmail address: [email protected]: 281-244-1638

Ombudsman (NFS 1852.215-84): “…before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution … If resolution cannot be made by the contracting officer, interested parties may contact the installation ombudsman …”

Page 9: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

9

Points of Contact

Installation Ombudsman:Melanie SaundersInstallation OmbudsmanLyndon B. Johnson Space CenterMail Code: AC2101 NASA ParkwayHouston, TX 77058Phone: 281-483-0490E-mail: [email protected]

Page 10: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

10

Questions

• Any response to verbal questions during the conference or site visit shall not be construed as an official answer.

• During the conference, interested parties may submit clearly written questions to the Contracting Officer using forms provided. After the conference, submit questions to the Contracting Officer in writing via e-mail. Official responses to written questions received by the Contracting Officer will be published as an amendment to the IFB.

• Anonymous questions may be submitted via each websites respective websites at:

Roof Package 1: http://procurement.jsc.nasa.gov/nnj09zbj004E/

Roof package 2: http://procurement.jsc.nasa.gov/nnj09zbj005E/

• All questions shall be submitted by 1:00 p.m. on April 14, 2009.

Page 11: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

11

Scott RobinsonChief, Security Office

Security/Badging Requirements

Page 12: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

12

Security/Badging RequirementsG.8 Special Instructions for Temporary Workers Who Require Access to the

Johnson Space Center

Special security/badging procedures have been established for temporary workers:

The prime contractor shall provide to the JSC project manager, a list of all temporary workers who require access to the center less than six months.

For US citizens, the list shall contain the employee’s full name, date of birth, sex, and drivers license number and state of issuance.

For non-US citizens, the list must contain the alien number, green card number, last name, first name, and date of birth. The list must be updated as employees change.

All temporary workers will enter JSC through gate 3 and shall check in daily with the security officers at the vehicle inspection checkpoint.

All temporary employees shall be transported between the designated parking area and the construction site by a permanently badged, contract employee and shall be escorted at all times by a permanently badged contract employee while on the construction site.

Anyone transporting or escorting foreign national workers on the installation must be a United States Citizen. Temporary employees will be required to remain in the approximate vicinity (within 50 feet of the facility) until the end of the work day.

Details regarding access by Temporary Workers is further defined in the clause.

Page 13: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

13

G.4 Security/Badging Requirements for Foreign National Visitors and Employees/Representatives of Foreign Contractors (JSC 52.204-91 (JAN 2006)

An employee of a domestic Johnson Space Center (JSC) contractor or its subcontractor who is not a U.S. citizen (foreign national) may not be admitted to the JSC site for purposes of performing work without special arrangements. In addition, all employees or representatives of a foreign JSC contractor/subcontractor may not be admitted to the JSC site without special arrangements.

Details regarding the admittance of Foreign National is further defined in the clause.

I.1 Personal Identity Verification of Contractor Personnel (FAR 52.204-9) (JAN 2006)

The contractor shall comply with agency personal identity verification procedures identified in the contract and insert this clause in all subcontracts when the subcontractor is required to have physical access to a federally-controlled facility or access to a Federal Information system.

Specifically, offerors should be aware that all U.S. Citizens requiring physical access greater than six months or IT access must be investigated. Foreign Nationals requiring physical access greater than 29 days must be investigated, those whose stay is less than 29 days will be issued escort required temporary badges.

In order to obtain any type of JSC badge, individuals must present two types of I-9 Data, one of these must be a Federal or State issued picture identification.

Further details are provided in the clause and in Attachment J.8 to the IFB.

Security/Badging Requirements

Page 14: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

14

Safety & Health Requirements

Guidelines for responding to Safety Requirements

Sergio LealSafety and Test Operations Division

Page 15: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

15

Safety and Health Requirements

• Overview of the NASA Safety Program

• What will be expected of you at JSC

• The Safety & Health Plan

• References

Page 16: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

16

Overview of the NASA Safety Program

• NASA safety objective is to avoid loss of life, personal injury and illness, property loss or damage, or environmental harm resulting from any of its activities and to ensure safety and healthful conditions for persons working at or visiting NASA facilities

• NASA complies with all applicable regulations

– NASA safety and health requirements

– Requirements of those federal agencies with regulatory authority over NASA such as OSHA, EPA, and DoT

• NASA requires every employee to report workplace hazards

– NASA ensures that there is no reprisal to personnel for reporting unsafe or unhealthy conditions

Page 17: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

17

Overview of the NASA Safety Program

• The NASA Safety Policy stresses the individual responsibility of each employee for their own safety and that of their co-worker. Risk within the work environment must be managed to control hazards and continuously improve workplace conditions

• The Occupational Safety and Health Administration (OSHA) has recognized JSC as a leader in health and safety by awarding the “Star” designation level of achievement in the Voluntary Protection Program (VPP)

• As a VPP Star Site, JSC has a comprehensive and successful safety and health program, is below the national average for the industry in injury/illness rates, has demonstrated good faith in dealing with OSHA, and serves as a safety & health mentor to regional industry– JSC has not experienced a construction related lost time

case in 3 months (113 days 04/02/09) (4 years 52 days since the last lost time case)

Page 18: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

18

What would be expected of you at JSC

• All contractors performing work at JSC shall comply with all applicable safety and health requirements – Occupation Safety and Health Administration (OSHA)

regulations– JPR 1700.1, JSC Safety and Health Handbook– NASA 014100, Contractor Safety and Health Program

• JSC does not assume the responsibility of the “employer” for contractor employees– Contractor employer is responsible for the safety of its own

employees• Every onsite contractor shall have and conform to a written

safety and health plan• Failure to comply with safety and health requirements may

result in actions such as contract termination and exclusion from future contract awards.

Page 19: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

19

Safety & Health Program Requirements • Contractor’s Safety & Health Program requirements are

specified in NASA 01 41 00 – major elements include: • Safety & Health Program General Provisions

• Safety Meetings; Inspections and Hazard Tracking; Mishap Investigation and Reporting; Statistical Information

• Safety and Health System Organization Requirements• Include requirements for Safety & Health Staffing

• Special Safety & Health Program Requirements• Address specific hazardous operations• Other key areas include Pre-use Planning;

Emergency Response; Training

Page 20: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

20

Safety & Health Plan Requirements• Contractor’s Safety & Health Plan requirements are specified in NASA 01 41

00– Requires the following S&H Plan submittals:

• Contractor's General Safety and Health Plan - describes the Contractor’s overall Safety and Health Program.

– This Plan shall be submitted by the apparent low bidder and approved by the Government prior to contract award.

• Contract (Site) Specific Safety and Health Plan - describes how the Contractor’s General Safety and Health Program will be tailored to the activities on this contract.

– This Plan shall be submitted by the apparent low bidder and approved by the Government prior to work being started.

• Subcontractor Safety and Health Plan - The Contractor shall submit detailed, written Subcontractor Safety and Health Plans.

– Subcontractor plans shall be approved prior to subcontractor work being started

– Minimum contents of each of the safety and health plans are listed in NASA 01 41 00

Page 21: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

21

Safety & Health Summary

• When performing tasks under this contract, the contractor shall:– Ensure protection of personnel, property,

equipment and environment– Ensure compliance with all NASA policies

and requirements– Ensure compliance with all Federal, State,

and local regulations for safety and health– Ensure compliance with approved Safety

and Health Plans

Page 22: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

22

References• NASA Federal Acquisition Regulation Supplements (NFS)

http://nais.nasa.gov/FAR/ NFS 1852.223-70 - Safety and Health NFS1852.223-73 - Safety and Health Plan NFS 1852.223-75 - Major Breach of Safety or Security

• General NASA informationhttp://www.nasa.gov/

• Occupational Safety & Health Administrationhttp://www.osha.gov/

• Department of Labor-OSHA (VPP website)

http://www.osha.gov/dcsp/vpp/index.html

• JSC Safety and Health handbook (JPR 1700.1)http://jschandbook.jsc.nasa.gov/

Page 23: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

23

IFB Highlights and Schedule

Elijah J. WilliamsContract Specialist

Page 24: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

24

Roof Packages 1 and 2• Each Roofing Package will be a Stand Alone Contract

– Each roof package requires submittal of a separate bid package that is responsive to the individual IFB. Bid packages must meet all the requirements of the IFB such as:

• One original and one copy of fully executed SF 1442, Bid Schedule, Bid Bond, Section K – Representation, Certification, and Statements of Offerors, Clause Fill-Ins as applicable and Responsibility Information as per L. 20

– SF 1442 must acknowledge all amendments to the IFB– Section K must be properly completed and returned with offer. In addition,

offer must have completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov,

– Bid Guarantee (for each package, equal to 20% or $3M, whichever is less, of the total potential contract value, TOTAL BASE BID AND OPTIONS, reflected on the Bid Schedule.

• The Bid Opening for both Roof Package 1 and 2 is scheduled for 10:00 a.m. on April 30, 2009, at 1100 NASA Parkway, Suite 600CR, Houston, Texas 77058. Bids for Roof Packages 1 and 2 must be received by 10:00 a.m. to be considered for award. Please note: This location is not onsite at the NASA – Johnson Space Center.

• Prior to April 30, 2009, bids may be delivered Monday – Friday 8:30 a.m. to 4:00 p.m. to 1100 NASA Parkway, Suite 600 Houston, Texas 77058.

Page 25: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

25

Roof Packages 1 and 2

Roof Package 1 and 2 differ as listed below:– Scope of Work

• Buildings requiring Roof Replacement and Loggia Ledge Replacement

• Specifications• Drawings

– Site Visit (Dates and times differ and are detailed in Section L.12 of the IFB)

Page 26: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

26

IFB Highlights• It is the Offerors responsibility to monitor the NAIS website for any amendments to

the IFB. Links to amendments will also be provided on the JSC Procurement Roof Package 1 and 2 websites:

NAIS website: http://procurement.nasa.govRoof Package 1 website: http://procurement.jsc.nasa.gov/nnj09zbj004E/Roof Package 2 website: http://procurement.jsc.nasa.gov/nnj09zbj005E/

• Contract Type: Firm-Fixed Price

• Method of Competition: Full and Open competition which allows maximum participation from large and small businesses.

• NAICS Code: 238160 – Roofing Contractors, Size Standard: $14M

• Period of Performance (POP) – As detailed in Section I.5 of each of the IFBs, all Base BID work for Roof Package 1 and 2 is to be completed within 270 days of Notice-to-Proceed (NTP), and Option work for Roof Package 1 and 2 is to be completed within 270 days after the option is exercised.

Page 27: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

27

Special Recovery Act ClausesThe following FAR clauses have been included in the IFB for Roof Package 1 and2, respectively. The FAR clauses have either been created or modified toincorporate requirements of the American Recovery and Reinvestment Act of2009. Each clause will be discussed during the IFB Highlights for Section I and Section L.

I.2 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (FAR 52.203-15)(MAR 2009)

I.4 American Recovery and Reinvestment Act – Reporting Requirements (FAR 52.204-11)(MAR 2009)

I.7 Audit and Records-Sealed Bidding (FAR 52.214-26)(ALT I)(MAR 2009)

I.9 Required Use of American Iron, Steel, and Other Manufactured Goods-Buy American Act- Construction Materials Under Trade Agreements (FAR 52.225-23)(MAR 2009)

I.11 Subcontracts for Commercial Items (FAR 52.244-6)(MAR 2009)

L.10 Notice or Required Use of Buy American Iron, Steel, and Other Manufactured Goods-Buy American Act-Construction Materials Under Trade Agreements (FAR 52.225-24)(MAR 2009)

Page 28: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

28

IFB Highlights• Read the solicitation very carefully:

– There are numerous clauses and provisions that have been incorporated via full text or by reference throughout the document.

– Clauses incorporated by reference have the same force and effect as if they were included in their full text.

– The IFB contains fill-ins that should be completed by the Offeror and submitted with Offeror’s bid. If information is not applicable, Offeror should insert N/A.

– Section J includes important documents, exhibits, and other attachments.– Section K – must be properly completed and returned with offer. In addition, the

Offeror must have completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov .

– Section L :• Provides the Offeror with instructions, conditions, and notices essential to submission of a

responsive bid. • Identifies information requested with submission of the bid to assist the Contracting

Officer in making a responsibility determination. • Describes plans that will be required from the apparent low bidder within 5 days of

notification by the Contracting Officer.

– Section M describes the FAR requirements associated with a determination of responsibility.

Page 29: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

29

IFB Highlights – Uniform Contract– Section A: Solicitation/Contract Form

– Section B: Supplies or Services and Prices/Costs

– Section C: Description/Specifications/Statement of Work

– Section D: Packaging and Marking

– Section E: Inspection and Acceptance

– Section F: Deliveries or Performance

– Section G: Contract Administration Data

– Section H: Special Contract Requirements

– Section I: Contract Clauses

– Section J:List of Attachments

– Section K: Representations, Certifications and Other Statements of Offerors

– Section L:Instructions, Conditions, and Notices to Offerors or Respondents

– Section M: Evaluation Factors for Award

Page 30: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

30

IFB Highlights – Section AA.13 Additional Solicitation Requirements

Sealed offers in original and one copy are due at 1100 NASA Parkway, Suite 600CR, Houston, TX 77058 on April 30, 2009 by 10:00 a.m. No bids for either roof package will be accepted after 10:00 a.m. Offerors submitting bids for both packages must submit separate stand-alone sealed offers in accordance with the IFB.

A Bid Guarantee is required.

All offers are subject to the work requirements and all other provisions and clauses incorporation in the solicitation in full text or by reference.

Offers providing less than 60 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.

A.17 Bid Schedule

Section A.17 directs Offerors to see the attached Bid Schedule. Offerors are required to fill in the firm fixed price for the Base Bid line items and each of the option line items on the Bid Schedule.

A.19 Acknowledgement of Amendments

Offeror shall acknowledge the receipt of all amendments to the solicitation in accordance with Section L. 2 Amendments to Invitations for Bids.

Page 31: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

31

IFB Highlights – Section B

B.2 Firm Fixed Price

The total firm fixed price of this contract is $ (Offeror to insert Base Bid Total, which must match the Bid Schedule).

Page 32: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

32

IFB Highlights – Section CC.2 Statement of Work

The contractor shall provide all labor, material and equipment necessary to perform complete roof replacement and loggia ledge replacement on multiple facilities at the NASA, Johnson Space Center detailed in the table. All work shall be accomplished in accordance with this Statement of Work, Contract Terms and Conditions, Specifications (Section J, Attachment J.1), Drawings (Section J, Attachment J.2), and Special Conditions provided.

Roof Package 1

Eight Contract Line Items (CLIN) are authorized upon contract award (CLINs 1-8). Seven additional option CLINs are subject to the clause I.18, entitled Options for Increase Construction Performance.

Roof Package 2

Six Contract Line Items (CLIN) are authorized upon contract award (CLINs 1-6). Six additional option CLINs are subject to the clause I.18, entitled Options for Increased Construction Performance.

Page 33: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

33

IFB Highlights – Section CC.3 Specifications Table of Contents for Roof Package 1 and/or 2

C.4 List of Drawings for Roof Package 1 and/or 2

– Specifications and Drawings may be purchased from:

A&E – The Graphics Complex Houston, Texas713-579-2091

Locations and driving directions can be found at http://www.aecomplex.com/about/locations.asp

Request should identify the project title, “Roof Replacement and Loggia Ledge Replacement – Roof Package 1 and/or 2 at the NASA/Johnson Space Center.

– Specifications and Drawings may be viewed at:

Associated Builders and Contractors Johnson Space Center, Bldg. 1113910 Kirby, Suite 131 2101 NASA Parkway Houston, Texas 77098 Houston, Texas 77058Plan Room Coordinator (713) 523-6222 (281) 483-4511

Associated General Contractors of America3825 DacomaHouston, Texas 77092Planning Room (713) 843-3700

Page 34: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

34

H.6 Small Business Subcontracting Goals (Applies only to large businesses)

The total small business goal, expressed as a percent of total contract value, is 10%. The small business percentage goal (10 percent), includes the following goals expressed as a percent of total contract value.

– Small Disadvantaged Business (SDB) 2%

– Women-owned Small Business (WOSB) 1%

– Historically Underutilized Business Zone (HUBZone) 1%

– Veteran Owned Small Business Concerns 2%

– Service-Disabled Veteran-owned Small Business (SDVOSB) 1%

– Historically Black Colleges and Universities and Minority Institutions (HBCU/MI) 0%

Large businesses (if determined the apparent low bidder) must submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9, Alternate I.

IFB Highlights – Section H

Page 35: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

35

I.1 Performance and Payment Bond (FAR 52.228-18) (NOV 2006)The successful offeror shall furnish performance and payment bonds to the Contracting Officer

as follows: – (1) Performance bonds (Standard Form 25). The penal amount of performance bonds at

the time of contract award shall be 100 percent of the original contract price. – (2) Payment Bonds (Standard Form 25A). The penal amount of payment bonds at the time

of contract award shall be 100 percent of the original contract price. – (3) Additional bond protection. – (i) The Government may require additional performance and payment bond protection if the

contract price is increased. The increase in protection generally will equal 100 percent of the increase in contract price.

I.1 Davis-Bacon Act (FAR 52.222-6) (JUL 2005)

Requires a Department of Labor Wage Decision for employees performing construction work (FAR 22.401). Employees must be paid not less often than once a week and payrolls and statement of compliance submitted weekly to the Contracting Officer. The model contract contains Harris County Wage Decision TX080121 dated January 23, 2009, as Attachment J.4 (updated revisions will be incorporated as received).

I.1 Hazardous Material Identification and Material Safety Data (FAR 52.223-3)(ALT I)(JAN 1995)

Offerors are required to list any hazardous material, as defined in the clause.

IFB Highlights – Section I

Page 36: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

36

I.1 Payments Under Fixed-Price Construction Contracts (FAR 52.232-5) (SEPT 2002)

The Government shall make progress payments monthly as the work proceeds, or at more frequent intervals as determined by the Contracting Officer, on estimates of work accomplished which meets the standards of quality established under the contract, as approved by the Contracting Officer. The clause G.2 Submission of Requests for Progress Payments, NFS1852.232-82, and G.6 Submission of Invoices for Payment, further detail the requirements for the contractor’s request for progress payments, including contractor certification which is required for payment.

I.1 Performance of Work by the Contractor (FAR 52.236-1) (APR 1984)

The Contractor shall perform on the site, and with its own organization, work equivalent to at least 25% of the total amount of work to be performed under the contract. This percentage applies to any type of business concern.

I.2 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (FAR 52.203-15) (MAR 2009)

(a) The Contractor shall post notice of employees rights and remedies for whistleblower protections provided under section 1553 of the American Recovery and Reinvestment Act of 2009 (Pub. L. 111-5).

(b) The Contractor shall include the substance of this clause including this paragraph (b) in all subcontracts.

IFB Highlights – Section I

Page 37: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

37

I.4 American Recovery and Reinvestment Act – Reporting Requirements (FAR 52.204-11) (MAR 2009)

(b) This contract requires the contractor to provide products and/or services that are funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act). Section 1512(c) of the Recovery Act requires each contractor to report on its use of Recovery Act funds under this contract. These reports will be made available to the public.

(c) Reports from contractors for all work funded, in whole or in part, by the Recovery Act, and for which an invoice is submitted prior to June 30, 2009, are due no later than July 10, 2009. Thereafter, reports shall be submitted no later than the 10th day after the end of each calendar quarter.

(d) The Contractor shall report the following information, using the online reporting tool available at www.FederalReporting.gov. (Offerors are encouraged to review this clause in detail to ensure a thorough understanding of the reporting requirements associated with this clause.)

IFB Highlights – Section I

Page 38: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

38

IFB Highlights – Section I

I.5 Commencement, Prosecution, and Completion of Work (Alt I) (FAR 52.211-10) (APR 1984)

Contractor is required to commence work within 10 calendar days of the notice to proceed (NTP) and complete the entire work ready for use not later than 270 days for all Base Bid work for both Roof Package 1 and 2 and in 270 days after an option is exercised for all Option work for Roof Package 1 and 2.

I.6 Liquidated Damages – Construction (FAR 52.211-12) (Sept 2000)

If the contractor fails to complete the work within the time specified in I.5 Commencement, Prosecution, and Completion of Work for both Roof Package 1 and 2, Base Bid and Options, the contractor shall pay the liquidated damages to the Government ranging in amounts for each calendar day of delay until the work is completed or accepted.

Roof Package 1 Liquidated Damages range from $277.00 - $733.00 per line item for both the Base Bid and Options.

Roof Package 2 Liquidated Damages range from $277.00 - $733.00 per line item for both the Base Bid and Options.

Page 39: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

39

IFB Highlights – Section II.7 Audit and Records-Sealed Bidding (FAR 52.214-26)(ALT I)(MAR 2009)

(b) Cost or pricing data. If the Contractor has been required to submit cost or pricing data in connection with the pricing of any modification to this contract, the Contracting Officer, or an authorized representative of the Contracting Officer, in order to evaluate the accuracy, completeness, and currency of the cost or pricing data, shall have the right to examine and audit all of the Contractor’s records, including computations and projections, related to –

(c) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials, shall have access to and the right to—

(1) Examine any of the Contractor’s or any subcontractors’ records that pertain to, and involve transactions relating to, this contract or a subcontract hereunder; and

(2) Interview any officer or employee regarding such transactions.

Page 40: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

40

IFB Highlights – Section I

I.9 Required Use of American Iron, Steel, and Other Manufactured Goods-Buy American Act-Construction Materials Under Trade Agreements (Far 52.225-23)(MAR 2009)

Any request to use foreign construction material must include the information required in this clause. Offeror to fill in table provided in paragraph (d) of the clause and submit additional information as required in the IFB.

I.11 Subcontracts for Commercial Items (FAR 52.244-6)(MAR 2009)

To the maximum extent practicable, the Contractor shall incorporate, and require its subcontractors at all tiers to incorporate, commercial items or nondevelopmental items as components of items to be supplied under this contract. Contractors shall insert all applicable clauses listed in I.11 into subcontracts for commercial items.

Page 41: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

41

IFB Highlights – Section II.16 Allowance for Delays

The number of days allowed by the Government in the current schedule for Government and weather delays is 30 days. Current Mission Schedule is included as Attachment J.3.

I.18 Options for Increased Construction Performance

The Government may require the delivery of the numbered line items, identified in the Schedule as option items at the price stated in the Schedule. The Contracting Officer may exercise the options unilaterally by written notice to the contractor in the order it elects any time prior to December 15, 2009.

Page 42: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

42

IFB Highlights – Section J

J.1 Specifications for Roof Package 1 and/or 2 as listed in Section C, Statement of Work.

J.2 Drawings for Roof Package 1 and/or 2 as listed in Section C, Statement of Work.

J.3 Center Operations Directorate (COD) Mission Update

J.4 U.S. Department of Labor General Wage Determination

J.5 Quality Plan(Submitted within 10 days after NTP and incorporated into contract upon approval by the Government.)

J.6 Safety and Health Plan(Added to the contract prior to award upon approval by the Government.)

J.7 Small Business Subcontracting Plan(Added to the contract prior to award upon approval by the Government. Applicable to Large Business only)

J.8 Personal Identity Verification Card Issuance Procedures

Page 43: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

43

IFB Highlights – Section KK.2 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FAR 52.204-8) (FEB 2009)

– (1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (d) of this provision applies.

(Section I of the IFBs contain FAR Clause 52.204-7 Central Contractor Registry. )

(d) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov . After reviewing the ORCA database 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 ORCA.

Page 44: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

44

IFB Highlights – Section LL.2 Amendments to Invitations for Bids (FAR 52.214-3) (DEC 1989)

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

(b) Bidders shall acknowledge receipt of any amendment to this solicitation (1) by signing and returning theamendment, (2) by identifying the amendment number and date in the space provided for this purpose onthe form for submitting a bid, (3) by letter or telegram, or (4) by facsimile, if facsimile bids are authorized inthe solicitation. The Government must receive the acknowledgment by the time and at the place specified forreceipt of bids.

L.6 Contract Award – Sealed Bidding-Construction (FAR 52.214-19) (AUG 1996)

(a) The Government will evaluate bids in response to this solicitation without discussions and will award acontract to the responsible bidder whose bid, conforming to the solicitation, will be most advantageous to theGovernment, considering only price and the price-related factors specified elsewhere in the solicitation.

(b) The Government may reject any or all bids, and waive informalities or minor irregularities in bidsreceived.

(c) The Government may accept any item or combination of items, unless doing so is precluded by arestrictive limitation in the solicitation or the bid.

(d) The Government may reject a bid as nonresponsive if the bid prices are materially unbalanced between line items or subline items. A bid is materially unbalanced when it is based on prices significantly less thancost for some work and prices which are significantly overstated in relation to cost for other work, and if thereis a reasonable doubt that the bid will result in the lowest overall cost to the Government even though it maybe the low evaluated bid, or if it is so unbalanced as to be tantamount to allowing an advance payment.

Page 45: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

45

IFB Highlights – Section L

L.10 Notice or Required Use of Buy American Iron, Steel, and Other Manufactured Goods-Buy American Act-Construction Materials Under Trade Agreements (FAR 52.225-24)(MAR 2009)

Offerors must submit requests for determination of inapplicability of section 1605 of theAmerican Recovery and Reinvestment Act of 2009 (Pub. L. 111-5) (Recovery Act) or theBuy American Act should submit the request to the Contracting Officer in time to allow adetermination before submission of offers.

L.15 Bid Bond (NFS 1852.228-73) (OCT 1988)

(a)  Each bidder shall submit with its bid a bid bond (Standard Form 24) with good andsufficient surety or sureties acceptable to the Government, or other security as provided inFederal Acquisition Regulation clause 52.228-1, in the amount of twenty percent (20%) ofthe bid price, or $3 million, whichever is the lower amount.

(b)  Bid bonds shall be dated the same date as the bid or earlier.

Page 46: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

46

IFB Highlights – Section L

L.17 Magnitude of Requirement (NFS 1852.236-74)(DEC 1988)

The Government’s estimated price range of this project is more than $10M.

L.19 Determination of Responsibility

As per FAR 9.101 Responsible Prospective Contractors, before making a determination ofresponsibility, the Contracting Officer shall possess or obtain information sufficient to besatisfied that a prospective contractor currently meets the applicable standards in FAR 9.104General Standards.

The contracting officer shall obtain information regarding the responsibility of prospectivecontractors, including requesting a pre-award survey when necessary (see FAR 9.106),promptly after a bid opening. Failure to provide required information in the time specifiedmay result in a determination of non-responsibility.

Page 47: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

47

IFB Highlights – Section L

L.20 Responsibility Information

The following information should be submitted with your bid:

a) A list of major projects completed within the past three years or in progress similar to Roof Package 1 and/or 2 in size and scope that demonstrate proven roofing experience by the prime Offeror. List should focus, when possible, on projects performed on a Federal Installation and projects performed under an accelerated schedule.

b) A list of present commitments, including the dollar value thereof, estimated start and completion dates, the agency or company for which the work is being performed and the name and telephone number of the Contracting Officer or Contract Manager

c) Independently documented evidence of your firm’s current designated OSHA Total Recordable Incident Rate (TRIR) with NAICS Code and establishment’s employee size

d) Independently documented evidence of your firm’s current OSHA DART rate (Days away from work, days of restricted work activity or job transfer) with NAICS Code

e) Independently documented evidence of your firm’s current designated Safety Experience Modifier Rate (EMR) used to calculate Workmen’s Compensation Insurance.

f) Provide information disclosing all federal, state and local (city-county) environmental regulatory violations, non-compliances, and enforcement actions received in the past three (3) years, whether closed or pending final disposition. This includes violations of federal, state and local asbestos program regulations, where the regulatory authority may be other than the EPA or a state environmental agency, e.g. a state-county-city department of health.

Page 48: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

48

IFB Highlights – Section L

L.21 Required Plans

The following plans must be submitted by the apparent low bidder within five days of notification.

a) A Safety and Health Plan, as required by NFS 1852.223.73 Additional guidance for preparation of this plan is provided in Section J.1, Specification Section 01410.

b) A Subcontracting Plan as required by FAR 52.219-9 Alternate I. Subcontracting Goals established for this contract are detailed in Section H.6 Small Business Subcontracting Goals. This requirement is not applicable to small business concerns.

Approved plans will be included in and made a part of any resultant contract. Failure to submit acceptable plans shall make the bidder ineligible for the award of a contract.

L.22 Signature Authority Construction

The bid (SF 1442) must be signed by a person who is legally authorized to bind the Bidder/Contractor. If the bid is signed by an agent, legal evidence of his authority to bind the Bidder/Contractor must be furnished with the bid.

Page 49: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

49

Schedule

• IFB Issued 3/31/2009• Pre-Bid Conference and Site Visit 4/7/2009• Questions Received 4/14/2009• Bid Opening 4/30/2009• Contract Award 5/28/2009

Page 50: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

50

Technical Specifications and Requirements

Deryl Francis

Contracting Officer’s Technical Representative – Roof Package 1

Creig Rhodes

Contracting Officer’s Technical Representative – Roof Package 2

Page 51: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

51

• Demolition:

− Tear off existing roof down to specified deck - Typical Roof: Built Up Roof, (Bd. 46 – Single Ply Hypalon)− Tear Off Existing Loggia down to specified deck - Typical Loggia: Single Ply Roof− Typically in buildings without Asbestos Containing Materials (ACM) on roof deck the existing roofing system

will be removed down to the deck including the removal of the existing Lightweight Insulating Concrete (LIC)− Typically in buildings with ACM the existing roofing system will be removed down to the LIC and any

unacceptable LIC will be removed and replaced.− Typically in buildings without ACM any unacceptable metal deck will be removed and replaced.− Typically in buildings with ACM any unacceptable metal deck will be repaired by overlaying new deck on top

of old deck.

• New Roofing System:

− Typical Roof: Built Up SBS with Polyisocyanurate insulation. (Bd. 46 – Single Ply)− Typical Loggia: Type B EPDM− Slope: Match Existing or 1/8” per foot.

• Fall Arrest and Lightning Protection Systems:

− Each new roof will be provided with a new Lightning Protection System per Spec Section 13100 and a new Fall Arrest System per Spec Section 13105.

• Period of Performance:

− 270 Days to complete construction from Notice to Proceed Date

Roof Packages 1 and 2

Page 52: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

52

Roof Packages 1 Scope of WorkROOF PACKAGE 1 - BASE DESCRIPTION SQ FEET

CLIN #1: Replace Roofs Building 46 Single Ply 22,487

CLIN #2: Replace Roofs Building 45 (Penthouse) Built up Styrene-Butadiene-Styrene (SBS) + temporary roof 3,220

CLIN #3: Replace Roofs Building 25 Built up SBS + temporary roof 8,156

CLIN #4: Replace Roof Building 4 North Built up SBS + temporary roof 39,644

CLIN #5: Replace Roof Building 7 (Admin Wing) Built up SBS + temporary roof 21,233

CLIN #6: Replace Roof Building 37 Built up SBS + temporary roof 66,704

CLIN #7: Replace Roof Building 222 Built up SBS + temporary roof 12,076

CLIN #8: Replace Roofs Building 11 North Built up SBS + temporary roof 8,960

ROOF PACKAGE 1 - OPTIONS 1 - 7 DESCRIPTION SQ FEET

Option 1 - Replace Loggia Ledge Coating Building 32 (Admin Wing) Type B Ethylene Propylene Diene Monomer (EPDM) 2,183

Option 2 - Replace Loggia Ledge Coating Building 13 Type B EPDM 2,494

Option 3 - Replace Loggia Ledge Coating Building 15 Type B EPDM 3,212

Option 4 - Replace Loggia Ledge Coating Building 8 Type B EPDM 2,500

Option 5 - Replace Loggia Ledge Coating Building 44 Type B EPDM 3,715

Option 6 - Replace Roof Building 261 Built up SBS + temporary roof 9,862

Option 7 - Replace Roof Building 32 (Admin Wing) Built up SBS + temporary roof 22,763

See Table 1 at the end of Spec Section 01019 for more detailed scope of work.

Page 53: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

53

Roof Package 2 Scope of WorkROOF PACKAGE 2 - BASE DESCRIPTION SQ FEET

CLIN #1:l Replace Roofs & Loggia Ledge Coating Buildings 14 (Remainder)

Built up Styrene-Butadiene-Styrene (SBS) + temporaryroof

34,336

CLIN #2: Replace Roofs Buildings 221A, B, C, D & FBuilt up SBS + temporary roof 7,480

CLIN #3l Replace Roofs Buildings #31 (Admin Wing and West High Bay)

Built up SBS + temporary roof 37,549

CLIN #4: Replace Roof Building #10Built up SBS + temporary roof 64,235

CLIN #5: Replace Roof Building #17Type B Ethylene Propylene Diene Monomer (EPDM) 49,544

CLIN #6: Replace Loggia Ledge Coating Building #17 Type B EPDM 5,462

ROOF PACKAGE 2 - OPTIONS 1 - 6 DESCRIPTION SQ FEET

Option 1 - Replace Roof & Loggia Ledge Coating Building #36 (Admin Wing)

Built up SBS + temporary roof, Single Ply EPDM atEdge strips

5,606

Option 2 - Replace Loggia Ledge Coating Building #16AType B EPDM 2,113

Option 3 - Replace Loggia Ledge Coating Building #16Type B EPDM 3,423

Option 4 - Replace Roof Building #30A Type B EPDM 43,377

Option 5 - Replace Loggia Ledge Coating Building #30AType B EPDM 9,592

Option 6 - Replace Roof Building #30 Lobby Type B EPDM 5,800

See Table 1 at the end of Spec Section 01019 for more detailed scope of work.

Page 54: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

54

Special Considerations

• Contractor Safety and Health Program (Specification Section 01410)

− Contractor shall have ZERO incidents as a goal− Site/Contract Specific Safety & Health Plan must be approved before contract award− Minimum Safety Training Requirements Part 1.8.4− Contractor is required to have a Safety and Health System Professional and a Safety and Health System

Specialist on this project per 1.7.1 & 1.7.2.

• Contractor Quality Control (Specification Section 01451)

− Quality Control Plan must be submitted within 10 days of notice to proceed

• Asbestos/Lead Abatement & Control (Specification Section 01220. 02410 & 07590)

– Construction of this project involves incidental exposure to and/or removal of Asbestos Containing Material (ACM) & Lead.

– See Table 1, Section 01019 for known locations of ACM and Lead.– See Section 01220, 02410 & 07590 for details on abatement and controls.– Asbestos Design and Work Plan is required. Plan must be prepared by accredited designers.

• Re-Roofing Preparation and Procedures (Specification Section 07590)

– Roofing Design– Demolition Plan– Weight and Load Management Plan– Protection Plan– Stairway Scaffolding Required for Roofs over 16’

Page 55: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

55

Inspection Services Support ActivitiesDocument Control

The JSC Inspection Services Contractor, Gilbane Building Company , is tasked to be the document controller for this project.

Maintains Project Files, Submittal, RFI, and Change Order Logs for each project.

All documents must be turned into Gilbane. Documents will be date stamped and logged in prior to sending them to the appropriate parties for review and comments. Once documents are returned to Gilbane, they will be distributed back to the Contractor.

NO DOCUMENTS WILL BE ACCEPTED BY GILBANE BEFORE THEY ARE PROCESSED BY THE PRIME CONTRACTOR

Inspection Services

The contractor is responsible for Quality Control. The JSC Inspection Services Contractor, Gilbane Building Company, is responsible for Quality Assurance.

Gilbane will be the main contact on the jobsite. They coordinate any test reviews with the Contractor and NASA Facility Manager, NASA Project Manager, and NASA Service Contractors per Contract Documents.

Primary and alternate representatives from Gilbane will be assigned.

Security and Badging

Gilbane handles ALL badging requests. After receipt of approval from NASA Security, approval will be forwarded to the Contractor and Safety Training will be scheduled.

Page 56: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

56

Site Visit Schedule Roof Packages 1 and 2

Roof Package 1

Date: Time: Building #:April 7 10:00 am – 12:30 PM 25, 45, 46 & 11April 8 8:00 am – 11:30 am 4N, 7, 37 & 222April 8 1:00 pm – 4:00 pm 13, 15, 8, 32, 44, 261

Roof Package 2

Date: Time: Building #:April 7 2:00 pm – 4:00 PM 10 & 31April 9 8:00 am – 11:30 am 14, 17 & 221April 9 1:00 pm – 4:00 pm 16, 30A, 30L, 36

Roof Safety

All personnel on the roof shall not come closer than 7 feet from the edge of the roof. Violation of this Safety Rule will result in end of site visit.

Page 57: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

57

Site Visits• You are expected to follow your NASA Escort at all times.

• Any response to verbal questions during the conference or site tour shall not be construed as an official answer.

• Hard-hats, glasses, and other protective gear are not necessary for the site tour.

• Please consider any personal health issues before participating in the site tour and designate individuals appropriately.

• There will be Emergency Medical Service (EMS) personnel available in the event of an emergency.

Page 58: Welcome to the Johnson Space Center Pre-Bid Conference and Site Visit April 7, 2009 American Recovery and Reinvestment Act – Cross Agency Support (CAS)

58

Thank you for attending the

Pre-Bid Conference and Site Visit

Recovery Act – CAS Projects

Roof Replacement and Loggia Ledge Replacement at Johnson Space Center -

Roof Packages 1 and 2