You are on page 1of 41

Table of Contents

1. PROJECT REQUIREMENTS ........................................................................................................................... 4

1.1. PROJECT SUMMARY .....................................................................................................................................4


1.2. GOVERNMENT TITLES/ROLES .........................................................................................................................5
1.3. MANDATORY CRITERIA .................................................................................................................................5
1.4. CODES, REGULATIONS AND REFERENCES ..........................................................................................................5
1.5. ORDER OF PRECEDENCE ................................................................................................................................6
1.6. CONTRACTOR REQUIREMENTS .......................................................................................................................7
2. PROJECT DESIGN/BUILD PHASES AND SUBMITTAL REQUIREMENTS ............................................................ 8

2.3. DESIGN ANALYSIS ......................................................................................................................................11


2.4. CALCULATIONS..........................................................................................................................................11
2.5. DRAWINGS...............................................................................................................................................11
2.6. SPECIFICATIONS ........................................................................................................................................12

3. DESIGN / BUILD SUBMITTALS ....................................................................................................................12

3.1. DESIGN SUBMITTAL PHASES ........................................................................................................................12


3.2. CONSTRUCTION SUBMITTALS .......................................................................................................................15
3.3. AS-BUILT SUBMITTALS ...............................................................................................................................17
4. PERIOD OF PERFORMANCE .......................................................................................................................18

4.1. GENERAL .................................................................................................................................................18


4.2. REVIEW PERIODS .......................................................................................................................................18

5. SCHEDULE .................................................................................................................................................18

5.1. FORMAT ..................................................................................................................................................18


5.2. MINIMUM REQUIREMENTS .........................................................................................................................19
5.3. SAMPLE SCHEDULE ....................................................................................................................................20
6. ON SITE CONSTRUCTION ...........................................................................................................................20

6.1. GENERAL .................................................................................................................................................20


6.2. SITE INFORMATION SIGNAGE .......................................................................................................................20
6.3. SAFETY PLAN ............................................................................................................................................21
6.4. QUALITY CONTROL PLAN ............................................................................................................................21
6.5. MATERIAL SAFETY DATA SHEETS ..................................................................................................................21

7. STANDARD PRODUCT ...............................................................................................................................22


7.1. MATERIALS AND EQUIPMENT.......................................................................................................................22
7.2. TECHNICAL INSTRUCTIONS ...........................................................................................................................22

8. NON-RESTRICTIVE SPECIFICATIONS ...........................................................................................................22

8.1. GENERAL .................................................................................................................................................22

Page 1 of 41
9. PROHIBITED MATERIALS ...........................................................................................................................23
9.1. GENERAL .................................................................................................................................................23

10. BASE REQUIREMENTS ...........................................................................................................................23


10.1. WASTE ....................................................................................................................................................23
10.2. HAZARDOUS MATERIALS .............................................................................................................................23
10.3. SUB-CONTRACTOR COORDINATION..........................................................................................................24
10.4. SECURITY AND PARKING ..............................................................................................................................24
10.5. VEHICULAR TRAFFIC ...................................................................................................................................24
10.6. SANITARY PROVISIONS................................................................................................................................25
10.7. POLLUTION ABATEMENT .............................................................................................................................25
10.8. FIRE PREVENTION ......................................................................................................................................25
10.9. SAFETY FEATURES ......................................................................................................................................26
10.10. SITE ACCESS .............................................................................................................................................26
10.11. BCE WORK CLEARANCE REQUEST ................................................................................................................28
10.12. TEMPORARY CONSTRUCTION FENCING ..........................................................................................................29
10.13. EXCAVATIONS FOR UTILITIES ........................................................................................................................29
10.14. PRESERVING HISTORICAL AND ARCHAEOLOGICAL FINDS ....................................................................................29

11. US GOVERNMENT FURNISHED ITEMS AND SERVICES .............................................................................30


11.1. GENERAL .................................................................................................................................................30
11.2. LAYDOWN YARD........................................................................................................................................30
11.3. US GOVERNMENT PROVIDED DESIGN .......................................................................................................30

12. CONTRACTOR FURNISHED ITEMS AND SERVICES ...................................................................................30

12.1. GENERAL .................................................................................................................................................30


12.2. FIELD OFFICE ............................................................................................................................................31
12.3. SAFETY BRIEFINGS .....................................................................................................................................31
12.4. CONTRACTOR ELECTRICAL EQUIPMENT ..........................................................................................................31

13. CONDITIONS OF WORK .........................................................................................................................31


13.1. BASE REGULATIONS ...................................................................................................................................31
14. INSPECTIONS/QUALITY CONTROL/WORKMANSHIP/TESTING ................................................................33
14.1. PREPARATORY INSPECTION ..........................................................................................................................33
14.2. PRELIMINARY AND FINAL INSPECTIONS ..........................................................................................................33
14.3. WORKMANSHIP ........................................................................................................................................33
14.4. TESTING ..................................................................................................................................................34
15. EXISTING WORK AND RESTORATION OF DAMAGE CAUSED BY CONTRACTOR ........................................34

15.1. GENERAL .................................................................................................................................................34


16. PROTECTION OF LAND RESOURCES .......................................................................................................34
16.1. GENERAL .................................................................................................................................................34

17. WARRANTY ..........................................................................................................................................35

Page 2 of 41
17.1. GENERAL .................................................................................................................................................35
18. SITE / CIVIL ...........................................................................................................................................35

18.1. LOCATION OF PROJECT ...............................................................................................................................35


18.2. SITE DESCRIPTION .....................................................................................................................................35
18.3. ANTITERRORISM/FORCE PROTECTION ...........................................................................................................35
18.4. GENERAL .................................................................................................................................................36
18.5. DIVISION 01 GENERAL REQUIREMENTS .........................................................................................................36
18.6. DIVISION 02 EXISTING CONDITIONS ..............................................................................................................39
18.7. DIVISION 31 EARTHWORK ...........................................................................................................................40
18.8. DIVISION 32 EXTERIOR IMPROVEMENTS ........................................................................................................40
18.9. DIVISION 33 UTILITIES ................................................................................................................................40
18.10. CODES AND REFERENCES.............................................................................................................................40
19. ARCHITECTURAL ...................................................................................................................................40

19.1. GENERAL .................................................................................................................................................40


20. STRUCTURAL ........................................................................................................................................40

20.1. GENERAL .................................................................................................................................................40

21. MECHANICAL ........................................................................................................................................41

21.1. GENERAL .................................................................................................................................................41


22. ELECTRICAL ...........................................................................................................................................41

22.1. GENERAL ..................................................................................................... ERROR! BOOKMARK NOT DEFINED.

23. COMMUNICATIONS ..............................................................................................................................41


23.1. GENERAL .................................................................................................................................................41

24. ATTACHMENTS .....................................................................................................................................40


25. EXHIBITS ............................................................................................. ERROR! BOOKMARK NOT DEFINED.

Page 3 of 41
1. PROJECT REQUIREMENTS
1.1. Project Summary

1.1.1. This Statement of Work (SOW) outlines the minimum requirements for a complete
Design/ pave an asphalt access road to the North Radar Tower. Work shall include
grading, placing selected base material, laying asphalt layer on the gravel/dirt road
leading to Radar Tower (North), placing pre-cast concrete curbs, and paint striping. The
top six (6) inches of topsoil shall be stripped within Sub-base course and placed within
two percent (2%) of optimum moisture content and compacted to a minimum of ninety
five percent (95%) of the Maximum Standard Proctor Density (ASTM D698). This project
will comply with applicable DoD, Air Force, and base design standards. Local materials
and construction techniques shall be used where cost effective. Includes all civil and
structural work to produce a complete and usable facility.

1.1.1.1. The US GOVERNMENT provided drawings and SOW included in this Solicitation
Package are schematic in nature and do not represent a complete project. The US
GOVERNMENT makes no representation regarding the accuracy or completeness
of these documents. It shall be the DESIGN/BUILD CONTRACTOR who completes
the required engineering and takes responsibility for the final design of this
project.

1.1.1.2. The CONTRACTOR’s design/build submittals shall further develop and define all
engineering requirements identified during periodic submittals and reviews,
coordinating the information supplied in this SOW, providing an asphalt to access the
road to the North Radar Tower.

1.1.2. A summary of this project is identified as follows:

1.1.2.1. Site Requirements:

1.1.2.1.1. The CONTRACTOR shall define limits of disturbance and protect existing
all utilities, and Equipment during construction

1.1.2.1.2. The CONTRACTOR shall design the asphalt materials as described herein
and in accordance with UFC 4-010-01 and as shown on drawings G-0.0 through
C-3.0.

1.1.2.1.3. The CONTRACTOR shall prepare an overall site plan indicating but not
limited to the extent of demolition, construction, location of temporary fences,
laydown yard and temporary facilities.

1.1.2.1.4. The CONTRACTOR shall take all possible actions to mitigate FOD while
on/near the airfield whenever possible. Any and all material or equipment that

Page 4 of 41
is being brought onto/near the airfield shall be monitored by the Safety
Representative for the project and will be verified safe by Contracting Officer
and Project Manager. FOD mitigation strategies will be used in designs as
necessary (i.e. using mechanical fasteners in lieu of adhesives since adhesives
can wear out and create FOD issues).

1.1.2.1.5. For additional information, refer to the codes and industry


recommendations:

 National Aerospace Standard NAS 412 Dated October 1997


 AFI 21-101, ACCI 21-101
 OPNAV 4790.2
 ISO-9000/9001
 AS9100
 NAFPI Guideline Rev. C, dated May 1997

1.1.2.2. Exterior Requirements:

1.1.2.2.1. None

1.2. Government Titles/Roles

1.2.1. The CO shall be the only entity to direct the CONTRACTOR and act on behalf of the US
GOVERNMENT. All references within this document to “the US GOVERNMENT” refer to
the CO. On occasions, the CO may appoint a Contracting Officer Representative (COR)
to act on their behalf for specific tasks. Additionally, the CO may designate a
Contracting Officer’s Technical Representative (COTR) to provide US GOVERNMENT
Quality Assurance and Inspection. Typically the COTR may be referred to as the BCE,
Project Manager (PM), or Construction Manager (CM).

1.3. Mandatory Criteria

1.3.1.The Solicitation Package documents provide mandatory design criteria based on Qatar
Highway Design Manual (QHDM), and the Qatar Construction Specifications (QCS).
Mandatory design criteria consists of schematic drawings, specifications, and other
requirements which shall not be altered or modified for proposal, design and/or
construction except for adjustments addressing coordination issues or cost reduction
proposals.

1.4. Codes, Regulations and References

1.4.1. All design, fabrication of component systems and construction work shall adhere to
the most current American, Qatari and International building codes and References.
These Building Codes and References include but are not limited to the following:

Page 5 of 41
 Air Force Engineering Technical Letters (AFETL)
 Air Force Instructions (AFI) / Air Force Manual (AFMAN)
 American Concrete Institute (ACI)
 American Society of Civil Engineers (ASCE)
 International Building Code (IBC)
 International Electro-technical Commission (IEC)
 International Fire Code (IFC)
 International Mechanical Code (IMC)
 International Plumbing Code (IPC)
 KAHRAA MAA Regulations
 National Electric Code (NEC)- NFPA 70
 National Fire Protection Association (NFPA)
 Qatari Construction Specifications (QCS)
 Unified Facilities Criteria (UFC)
 Unified Facility Guideline Specifications (UFGS)

1.4.2. The most stringent code shall apply in all cases. Deviations from the codes can only be
approved by the Contracting Officer (CO) in writing.

1.4.3. Project Electrical Installation:

1.4.3.1. The CONTRACTOR shall supply with its proposal, a copy of the CONTRACTOR’s
KAHRA MAA certificate.

1.4.4. All work shall be in compliance with AFMAN 91-203, Air Force Consolidated
Occupational Safety Instruction, latest edition 11 December 2018 and the Army Corps
of Engineers Safety and Health Requirements Manual (EM 385-1-1, 2014 Version).

1.5. Order of Precedence

1.5.1. In case of conflict, duplication, or overlap of design criteria specified in the documents
referenced in this section, the following order of precedence shall be followed:

 General written design requirements within RFP narrative


 General guidance from referenced publications herein
 Drawings

1.5.2. The US GOVERNMENT shall be the final arbiter for conflicts and interpretation of the
SOW, Codes and Regulations.

Page 6 of 41
1.6. Contractor Requirements

1.6.1. Design/Build CONTRACTOR Requirements:

1.6.1.1. US GOVERNMENT provided drawings and SOW are schematic in nature and do
not represent a complete project. The US GOVERNMENT makes no
representation regarding the accuracy or completeness of these documents. It
shall be the DESIGN/BUILD CONTRACTOR who completes the required
engineering and takes responsibility for the final design for the project. The
CONTRACTOR’s design/build submittals shall further develop and define all
requested building information and engineering requirements identified during
all periodic submittals and reviews, coordinating the information supplied in this
SOW providing a complete and fully operational crucial storage for support
equipment that service various flight line operations.

This project shall be designed and built by a single DESIGN/BUILD CONTRACTOR.


The CONTRACTOR may be a single firm or a team of firms that includes registered
Architects and Engineers either employed by or subcontracted to the
CONTRACTOR. Licensing jurisdiction of Architects and Engineers of record shall
be verifiable under the provisions of Article (7) of the Law No. (19) for the year
2005, Regulating the Practice of Engineering Professions (the “Engineering Law”)
published by the State of Qatar, Ministry of Municipality and Urban Planning.

1.6.1.2. Overview of Engineering Law rules: Pursuant to Article 7 of the Engineering Law,
no engineer may practice without enrolment in the “Register of Engineers” and
no engineering consultancy may be undertaken without enrolment in the
“Register of Local Engineering Consultancy Offices” or “Register of International
Engineering Consultancy Offices”.

1.6.1.3. Enrolment in these three registers is considered as a license to practice in the


field of engineering.

1.6.1.4. The CONTRACTOR shall submit proof of Engineer’s registration with the
solicitation response.

1.6.1.5. The CONTRACTOR shall serve as Architect/Engineer-of-Record, whether the


CONTRACTOR utilizes services of licensed architects and engineers employed by
its firm or subcontracts with independent architectural and/or engineering
firm(s).

1.6.1.6. The CONTRACTOR is encouraged to develop and submit cost savings proposals
for innovative design alternatives as the project design evolves. All alternatives
must be approved by the CO prior to incorporation into the project.

Page 7 of 41
1.6.1.7. The CONTRACTOR shall be solely liable for design errors and/or omissions and
shall be insured as the A/E firm against design errors and omissions.

1.6.1.8. The Contractor shall maintain in accordance with Qatari Law, an Annual
Contractors All Risk Insurance policy covering all civil works projects.

1.6.1.9. A list of the available drawings is identified under Section 24, Attachments. The
information is to be used for reference only and the CONTRACTOR shall be
responsible to verify all information and include additional items required to
provide a complete and fully operational pavement extension under pantograph
sunshade. All construction, delivery, and products must meet the requirements
of the project scope and facility management.

1.6.1.10. The CONTRACTOR shall familiarize him/herself with all material, fabrication, installation
and performance criteria, recommendations and standards publications. These
publications are found in each Unified Facility Guide Specification (UFGS) section, Part
1 General, 1.1 References.

1.6.1.11. The CONTRACTOR shall familiarize him/herself with the Al Udeid Air Base Architectural
Building and Sign Standards.

2. PROJECT DESIGN/BUILD PHASES AND SUBMITTAL REQUIREMENTS


2.1. Project Phases

2.1.1. Each Project shall be apportioned into four (4) definable phases. Two (2) of which
require an NTP be issued by the CO prior to the CONTRACTOR proceeding to subsequent
phases. The phases are as follows:

2.1.1.1. Administrative

2.1.1.1.1. The CONTRACTOR shall make application for and receive a base access pass
for each member of the Administrative, Design, Consultant, Construction
and Commissioning team member required to provide the US
GOVERNMENT with a complete and usable facility.

2.1.1.1.2. The CONTRACTOR shall coordinate base access for the required personnel
with its construction schedule to avoid delays in the Period of Performance
(POP).

2.1.1.1.3. The CONTRACTOR shall not be permitted to perform tasks of a subsequent


phase until all the requirements of this phase have been met, approved by
the CO and an NTP has been issued for the next phase.

Page 8 of 41
2.1.1.2. Design/Materials: NTP Required.

2.1.1.2.1. The CO shall issue a NTP for the Design and Long Lead Materials submittals.

2.1.1.2.2. The CONTRACTOR shall prepare and submit for review a Construction
Document, Shop Drawing and Product submittal schedule.

2.1.1.2.3. Lead times longer than 30 days shall be identified on the submittal schedule
and sufficient schedule time shall be granted for their procurement.

2.1.1.2.4. The CONTRACTOR shall prepare a design appropriate to the Preliminary


(65%) complete Construction Documents requirements as described herein.

2.1.1.2.5. The CONTRACTOR shall not be permitted to proceed to the Final (95%)
Construction Document phase until all the requirements of this phase have
been met, and approved by the CO.

2.1.1.2.6. The CONTRACTOR shall prepare a design equivalent to Final (95%) complete
Construction Documents requirements as described herein.

2.1.1.2.7. Each design submittal shall be presented in its entirety. Individual drawings
and/or discipline specific submittals shall not be accepted.

2.1.1.2.8. The CONTRACTOR shall update the Project Schedule reflecting work
completed and notify the CO if any projected delays or modification to the
schedule are required.

2.1.1.2.9. The CONTRACTOR shall not be permitted to perform tasks of a subsequent


phase until all the requirements of this phase have been met, approved by
the CO and an NTP has been issued for the next phase.

2.1.1.3. Construction: NTP Required.

2.1.1.3.1. The CONTRACTOR shall obtain a Base Civil Engineer Work Clearance Request
(AF Form 103) from the CO or designated representative at the pre-
construction conference prior to commencement of site work.

2.1.1.3.2. The CONTRACTOR shall apply for and maintain active dig permits during
excavation activities and when required by the project. The CONTRACTOR
shall have a copy of the dig permit present onsite during all excavation
activities. If the CONTRACTOR damages a utility, the CONTRACTOR shall
contact the CO or designated representative immediately.

2.1.1.3.3. The CONTRACTOR shall obtain a Welding, Cutting and Brazing Permit (AF
Form 592) prior to commencement of all hot work and when required as

Page 9 of 41
part of the Scope of Work Hot work includes, but is not limited to, welding,
cutting, brazing operations and the use of tar kettles. The CONTRACTOR shall
ensure that controls are in place to protect adjacent work centers as
applicable (e.g. UV shielding, local exhaust ventilation, warning signs, etc.)
The CONTRACTOR shall submit their completed AF Form 592 to the CO or
designated representative for approval and coordination. The Fire
Prevention office is the POC for all AF Form 592 Hot Work Permits located
at Fire Station 1 (B10130).The CONTRACTOR shall update the Project
Schedule reflecting work completed and notify the CO if any projected
delays or modification to the schedule are required.

2.1.1.3.4. The CONTRACTOR shall not be permitted to perform tasks of a subsequent


phase until all the requirements of this phase have been met, approved by
the CO.

2.1.1.4. Project Closeout/Post Construction:

2.1.1.4.1. The CONTRACTOR shall schedule and perform all inspections, tests, start-up
and commissioning operations as described herein prior to acceptance of
the work by the US GOVERNMENT.

2.1.1.4.2. The CONTRACTOR shall make available to the CO all test results prior to the
acceptance of the work by the US GOVERNMENT.

2.1.1.4.3. The CONTRACTOR shall prepare and deliver to the CO a letter of warranty
for workmanship and defective materials as described herein.

2.1.1.4.4. The CONTRACTOR shall prepare and deliver to the CO a complete As-built
document package as described herein.

2.2. Submittal Requirements

2.2.1. Each Interim Design Submittal shall include:

 Design Analysis (See section 2.3)


 Manufacturers’ information (See paragraph 2.2.5)
 Calculations (See section 2.4)
 Drawings (See section 2.5)
 Specifications (See section 2.6)

2.2.2. All items required for submission shall be accompanied with a USAF Form 3000 and
shall indicate the submittal number as it corresponds to the submittal schedule, content
and media. Soft submittals shall be converted to Microsoft Word or Adobe Portable

Page 10 of 41
Format (PDF) and transmitted to the CO by email. Hard submittals (samples or mock-
ups) shall be of a size sufficient to determine its material content and color. Whenever
possible, hard submittals shall be accompanied by manufacturer’s literature.

2.2.3. Review Comments: Copies of all previous design phase review comments and the
actions assigned to them shall be included with each submission of the design analysis.

2.2.4. Meeting Minutes: The CONTRACTOR shall be responsible for keeping minutes of all
meetings, calls and emails with the US GOVERNMENT and its representatives. Meeting
Minutes shall be delivered to the US GOVERNMENT within five (5) calendar days of the
meeting date. The US GOVERNMENT shall have five (5) calendar days to either
comment or accept the meeting minutes as transmitted.

2.2.5. Manufacturers’ Information: Consists of catalog cuts, manufacturer's safety data sheets
(SDS), and color selections for all materials and equipment. Manufacturer’s information
shall be included in the Design Analysis (DA) submittal. Manufacturer’s information in
the DA may also be used as construction submittals with approval of the US
GOVERNMENT.

2.3. Design Analysis

2.3.1. The Design Analysis is a written explanation of the project design which is expanded
and revised for each submission. The Design Analysis contains a summary of the Basis
of Design including building occupancy and the construction classification; also include
design criteria furnished by the US GOVERNMENT including letters, codes, references,
and pertinent design research.

2.3.2. The Design Analysis contains analyses, such as life-cycle cost analyses, of each major
building system and material and a constructability analysis. The justification of each
major selection and design decision is to be stated clearly.

2.4. Calculations

2.4.1. Design calculations, computerized and manual, are to be included in the Design
Analysis. Narrative descriptions of design solutions are to be included as well. Written
material may be illustrated by diagrams and sketches to convey design concepts.

2.5. Drawings

2.5.1. Comply with the following computer aided drafting (CAD) deliverable standards:

2.5.2. Comply with DoD A/E/C CAD Standards latest version, publication ERDC/ITL TR-09-2

Page 11 of 41
2.5.2.1. Provide drawings using AutoCAD 2009 or later files in electronic format for each
submittal.

2.6. Specifications

2.6.1. The CONTRACTOR shall provide a Project Manual (Specifications) for each Material and
Activity required to install said material.

2.6.2. Only Unified Facilities Guide Specification (UFGS) available at www.wbdg.org are to be
used on this project unless otherwise noted. These guide specifications contain notes
with design information to the specifier and designer. The A-E shall examine these notes
and check the drawings and other submittal data to be sure that they are coordinated
with the specifications. SpecsIntact is the preferred software for preparing
specifications. Software is available at http://specsintact.ksc.nasa.gov. Where a
specification is not available in UFGS format, CONTRACTOR may use a commercial or
in-house specification formatted to comply with the UFGS format.

3. DESIGN / BUILD SUBMITTALS


3.1. Design Submittal Phases

3.1.1. Preliminary Design Submittal (65% Design Submittal):

3.1.1.1. The Preliminary Design Submittal shall reflect a 65% complete design effort
including a Design Analysis, Manufacturers Information, Calculations, Drawings,
and Specifications required to document the work, incorporating the Concept
Design Submittal Review Comments and Responses.

3.1.2. Preliminary Design Submittal Requirements:

3.1.2.1. Design Analysis: See Section 2.3.

3.1.2.2. Civil: Include Survey, Geotechnical Report and address grading, paving, drainage
and improved earthen pad.

3.1.2.3. Architectural: Relevant regulations, code analysis, facility use, and construction
description.

3.1.2.4. Structural: Relevant regulations, proposed, basic load design criteria and
description of substructure and superstructure.

3.1.2.5. Building Services (Mechanical): Relevant regulations, design criteria, system


descriptions for mechanical, plumbing, fire protection and other systems.

Page 12 of 41
3.1.2.6. Electrical: Relevant regulations, design criteria, system descriptions for power,
lighting, grounding, lighting protection, electrical services.

3.1.2.7. Communications: Only Outside Plant requirements apply.

3.1.2.8. Equipment and Material cut sheets and color selections

3.1.2.9. Specifications: Provide UFGS sections edited with strike out to show what text has
been deleted.

3.1.2.10. Provide Preliminary Design drawings to include but not be limited to the
following:

3.1.2.10.1. Civil:

 Survey: CONTRACTOR shall survey the site to locate all existing


conditions on the site.
 Site location map and location plan showing geographic location of
project relative to existing facilities, sunshade structure, entrances,
roads, streets, etc.
 Demolition plans at a legible scale showing quantities, locations and
type of materials to be removed and added.
 Site plan: All roads, parking, and loading zones
 Grading plan: showing all topographic and grading information
 Utilities Plan: showing connections, routing and capacities of all utilities
 Details: all civil engineering details required to complete the installation
of the work
 Geotechnical Report – CBR test for PCC pavement design

3.1.2.11. Schedule of Material Submittals: Provide a detailed list of submittals that shall be
provided during construction.

3.1.2.12. Construction Schedule: Provide an updated Construction Schedule.

3.1.3. Acceptance of the Technical Proposal does not imply acceptance of the Preliminary
Design Phase Submittal. CONTRACTOR may be required to revise and resubmit the
design concept based on review comments by the US GOVERNMENT.

3.1.4. Contractor responses to US GOVERNMENT review comments shall be noted in the


appropriate location on the Comment Matrix and crossed referenced to the revised
drawing which will be clouded and annotated with the corresponding Comment Matrix
item number.

3.1.5. Final Design Submittal (95% Design Submittal):

Page 13 of 41
3.1.5.1. The Final Design Submittal shall reflect a 95% complete design effort including a
signed and sealed Design Analysis, Manufacturers Information, Calculations,
Drawings, and Specifications required to document the work incorporating the
Preliminary Design Submittal Review Comments and Responses.

3.1.6. Final Design Submittal Requirements:

3.1.6.1. Design Analysis: See Section 2.3

3.1.6.1.1. The Design Analysis submitted for review shall be in its final form. The
Design Analysis shall include all backup material previously submitted and
revised as necessary.

3.1.6.1.2. All design calculations shall be included.

3.1.6.1.3. All material cut sheets and color selections shall be included.

3.1.6.1.4. The Design Analysis shall contain all explanatory material giving the
design rationale for all design decisions which would not be obvious to an
engineer reviewing the final drawings and specifications.

3.1.6.1.5. The annotated Design Checklist shall be included signed by the A/E
verifying that each item on the list has been checked.

3.1.6.2. Drawings

3.1.6.2.1. The contract drawings submitted for review shall include the drawings
previously submitted which have been revised and completed as necessary. The
A/E is expected to have completed all constructability and coordination checks
and have the drawings in a ready-to-construct condition.

3.1.6.2.2. The drawings shall be complete at this time, incorporating all design
review comments generated by the Preliminary design review.

3.1.6.2.3. The drawings shall contain all the details necessary to assure a clear
understanding of the work throughout construction.

3.1.6.3. Specifications

3.1.6.3.1. The specifications submitted for review shall be in final form, including all
specification sections required for the design.

3.1.6.3.2. The identification of all aspects of the project that must be addressed in
the Special Clauses, or Contract Clauses to be used for the proposed project, shall
also accompany this submittal.

Page 14 of 41
3.1.7. Acceptance of the Technical Proposal does not imply acceptance of the Preliminary
Design Phase Submittal. CONTRACTOR may be required to revise and resubmit the
design concept based on review comments by the US GOVERNMENT.

3.1.8. Contractor responses to US GOVERNMENT review comments shall be noted in the


appropriate location on the Comment Matrix and crossed referenced to the revised
drawing which will be clouded and annotated with the corresponding Comment Matrix
item number.

3.2. Construction Submittals

3.2.1. The Air Force (AF) Schedule of Material Submittals Form (FORM 66) shall be provided
to the CONTRACTOR upon award of this contract. The provided AF FORM 66 is
dependent upon the CONTRACTOR’s proposed systems, materials, and construction
processes and therefore should be considered as only a guideline for minimum
requirements.

3.2.2. The CONTRACTOR shall prepare and submit a Submittal Schedule for US GOVERNMENT
review to de-conflict other installation events and construction projects, escort
requirements and US GOVERNMENT onsite quality control points.

3.2.3. Lead times longer than 30 days shall be identified on the submittal schedule and
sufficient schedule time shall be granted for their procurement.

3.2.4. Construction Submittals shall include (but not limited to):

 Shop Drawings
 Product Data
 Samples
 Design Data
 Test Reports
 Certificates
 Manufacturer’s Instructions
 Manufacturer’s Field Reports
 Operation and Maintenance Data
 Closeout Submittals

3.2.5. Each submittal is to be complete and in sufficient detail to allow ready determination
of compliance with contract requirements.

3.2.6. Each submittal shall include CONTRACTOR’s, Manufacturer’s or Fabricator’s drawings;


descriptive literature including (but not limited to) catalog cuts, diagrams, operating

Page 15 of 41
charts or curves; test reports; test cylinders; samples; O&M manuals (including parts
list); certifications; warranties and other such required submittals.

3.2.7. Submittal items from general catalogs shall have the specific item individually identified
by highlighting, or arrows. Submittals shall be concise, referenced to codes, and readily
identifiable upon initial review.

3.2.8. Material or equipment items for which a capacity, sizing, or rating calculation is
required shall be accompanied with detailed technical calculations supporting the
submitted material. Units utilized in calculations shall be identical to catalog data
provided as part of the material submittal for ready inspection of alignment between
the data and the calculated requirement. All input assumptions shall be clearly
identified as part of the calculation procedure. Where computerized calculations
software is utilized, the input data file along with hand calculations verifying base
scenario shall be included with the submittal.

3.2.9. Each Submittal (Final Calculations, Drawings and Specifications) shall be stamped and
signed by the registered Professional Engineer responsible for the design.

3.2.10. All items meeting the above criteria shall be submitted for US GOVERNMENT review. It
is the CONTRACTOR’s responsibility to identify additional items for US GOVERNMENT
review in writing before construction operations begin or procurement of the specific
material, equipment, schedule, or process.

3.2.11. The CONTRACTOR shall make all corrections required by the US GOVERNMENT and
promptly furnish a corrected submittal in the form and number of copies specified for
the initial submittal. After the US GOVERNMENT approves a design submittal, the US
GOVERNMENT shall not consider any re-submittal for the purpose of substituting
materials or equipment unless accompanied by an explanation of why a substitution is
necessary and benefits the US GOVERNMENT.

3.2.12. A minimum of 20 Calendar days shall be scheduled for US GOVERNMENT review,


approval or rejection of the CONTRACTOR’s Submittals.

3.2.13. If the submittal is not approved, the CONTRACTOR shall revise and resubmit in ten (10)
calendar days. Once the resubmittal is provided, the US GOVERNMENT has ten (10)
calendar days to review and approve.

3.2.14. The CONTRACTOR shall prepare and submit with each resubmittal a written response
matrix. The response matrix shall include the review comment and the CONTRACTOR’s
response including location on drawing where resolution is located.

3.2.15. This submittal procedure shall be followed until the submittal is approved by the US
GOVERNMENT.

Page 16 of 41
3.2.16. The CONTRACTOR may propose alternate procedures, methods and /or type of
materials; however, alternate proposals must meet the minimum requirements
outlined within this SOW and approved by the US GOVERNMENT.

3.2.17. All materials shall be new, no refurbished or used materials are allowed without prior
US GOVERNMENT approval unless material is provided by the US GOVERNMENT.

3.2.18. All construction material (including long lead items), fabrication shop drawings and
erection procedures shall have to be reviewed and approved for construction prior to
beginning of work unless directed otherwise by the CO.

3.3. As-Built Submittals

3.3.1. As-Built Drawings shall be maintained at the work site at all times and shall record all
changes and hidden or subsurface data discovered or emplaced during construction. All
changes that transpired during the contract shall be included on this copy in ink and
shall be neat, legible, reproducible and consistent with the drawings’ drafting
standards.

3.3.2. The draft As-Built drawings shall be available to the CO during the final inspection.

3.3.3. Provide the completed As-Built Documentation package to the CO within ten (10) days
after occupancy by the US GOVERNMENT. As-Built Submittals shall be transmitted to
the CO in Digital Format. Any variance from this requirement must be approved by the
CO.

3.3.4. As-Built Submittal shall reflect 100% complete design and construction documentation
including a signed and sealed Design Analysis, Manufacturers Information including
Warrantees, Calculations, Drawings, Specifications Operating Instruction and O&M
manuals required to document the work incorporating the Final Design Submittal
Review Comments and Responses and all changes to the work made during
Construction.

3.3.5. As-built Drawings will be submitted in Both Portable Document Format (PDF) and
AutoCad (DWG) formats.

3.3.6. See UFGS Section 01 33 00 Submittal Procedures for additional information.

Page 17 of 41
4. PERIOD OF PERFORMANCE
4.1. General

4.1.1. The CONTRACTOR shall provide a recommended total period of performance (POP) for
this project in calendar days inclusive of Administrative, Design, and Construction
activities with The US GOVERNMENT approval.

4.1.2. The CONTRACTOR shall not postpone or interrupt work performance unless official
notice is provided by the CO. If a US GOVERNMENT employee, other than the CO,
directs work stoppage, it is the CONTRACTOR’s responsibility to notify the CO
immediately of the name, rank, and organization of the employee directing work
stoppage.

4.1.3. The CONTRACTOR shall prepare and submit for approval, a construction schedule
recommended total period of performance (POP) for this project in calendar days
inclusive of Administrative, Design, and Construction activities if previous construction
schedule falls 5% behind the US GOVERNMENT approved schedule. Updated
construction schedule to include plan to crash schedule at no cost to the US
GOVERNMENT within 7 days from CO request.

4.2. Review Periods

4.2.1. The CONTRACTOR shall incorporate the US GOVERNMENT review periods into their
schedule.

4.2.2. US GOVERNMENT Review Periods:

4.2.2.1. Preliminary (65%) Design Submittal Review: Twenty (20) calendar days

4.2.2.2. Final (95%) Design Submittal Review: Twenty (20) calendar days

4.2.2.3. Other Submittals: Twenty (20) calendar days

4.2.3. The CONTRACTOR shall perform its own Independent Technical Review (ITR) prior to
the submittal of work to the US GOVERNMENT for its Review.

5. SCHEDULE
5.1. Format

5.1.1. The CONTRACTOR shall prepare and submit for approval, a Critical Path Method (CPM)
Master Schedule listing all items and activities associated with this project, inclusive of
all US GOVERNMENT furnished items and information, submittals for major items, long

Page 18 of 41
lead procurement activities, drawing revisions and facility shutdowns using a Work
Breakdown Structure (WBS) based on the Construction Specification Institute (CSI)
format. All tasks required under the SOW shall be included in the WBS. The
CONTRACTOR shall utilize MICROSOFT PROJECT scheduling software and AF Form 3064,
Contract Progress Schedule, to build and maintain the Master Schedule. The
CONTRACTOR shall maintain the same schedule format throughout the contract.

5.2. Minimum Requirements

5.2.1. The CONTRACTOR shall perform planning, scheduling and reporting functions utilizing
Gantt Charts, Critical Path Analysis, Resource Histograms and Look Ahead Schedules.
Items within the project schedule shall have predecessor and successor activities to
support a full CPM overview. Items in the schedule shall be resource loaded with the
manpower required.

5.2.2. Baseline Schedule: The CONTRACTOR shall save a baseline schedule and show actual
start and finish dates for activities verses the baseline.

5.2.3. The CONTRACTOR shall provide a schedule of projected work for approval. The
CONTRACTOR shall bring a proposed progress schedule to the pre-construction
conference.

5.2.4. Due to Force Protection concerns at Al Udeid Air Base (AUAB), The CONTRACTOR may
experience delays of up to four (4) hours while gaining access to the base. The
CONTRACTOR shall account for such possible delays. All documented US GOVERNMENT
delays in excess of four (4) hours shall be reviewed with the CO for possible time
extensions.

5.2.5. Normal daytime working hours shall be adhered to. Normal hours are from 07:00 hours
to 17:00 hours Saturday through Thursday. If the CONTRACTOR wishes to work at night
time, on weekends, during recognized Holidays, or during other unscheduled times,
they must first get permission from the CO. The CONTRACTOR shall provide a written
request to the CO to work outside normal duty hours at least 72 hours in advance, and
is not guaranteed as approved.

5.2.6.The CONTRACTOR shall account for Qatari recognized National Holidays (including National
Day and National Sports Day), all US Federal Holidays, and religious holidays (Eid al Fitr, Eid
al Adha, Ramadan, etc.), if expected as non-work days regardless of the start and end dates.
The CONTRACTOR understands, and agrees, that the performance period for this contract
includes any and all non-productive time attributable to the contractor’s observance of these
holidays.

Page 19 of 41
5.3. Sample Schedule

5.3.1. The following is a suggested internal design schedule and is subject to modification by
the CONTRACTOR to suit their particular method of operation. Overall time constraints
are required and cannot be changed except by contract modification. Prospective
bidders are required to submit a complete schedule for design and construction that
meets or exceeds the US GOVERNMENT’S overall time goals for each definable project
phase.

5.3.2. Design/ Build Schedule :

 Contract Award (upon written notification)


 Administrative Notice to Proceed
 Pre-design Meeting
 Design/Materials Notice to Proceed
 Preliminary Design Submittal
 Submittal Review within 20 days following Preliminary Design Submittal.
 Final Design Submittal
 Submittal Review within 20 days following Final Design Submittal
 Final Corrections
 Construction Notice to Proceed
 Building Substantial Completion
 Testing and Balancing
 Final Walk Through
 US GOVERNMENT Occupancy
 As Built Documentation package
 Closeout Documents
6. ON SITE CONSTRUCTION
6.1. General

6.1.1. The CONTRACTOR shall only be given access to the installation for construction
activities to include pre-construction activities, mobilization, construction activities and
demobilization. Construction shall not be permitted to start until Final Design Submittal
has been received and approved for construction by the US GOVERNMENT.

6.2. Site Information Signage

6.2.1. The CONTRACTOR shall fabricate and install a “Site Information Sign” at the entrance
to the jobsite as follows.

Page 20 of 41
6.2.2. Sign surface shall be sized to fit the required information listed below. The sign surface
shall be minimum 12mm thick Exterior Grade Plywood fastened to 2 each 89mm x
89mm pressure treated posts. Posts shall be buried a minimum 1000mm into the
ground.

6.2.3. Sign surface shall be painted with one coat exterior primer and two coats gloss white
enamel.

6.2.4. The sign shall contain the following information in Black Lettering, 50mm in height,
centered on the sign surface

6.3. Safety Plan

6.3.1. The CONTRACTOR shall prepare a Health and Safety Plan (HSP) or Accident Prevention
Plan (APP) in accordance with USACE EM 385-1-1 Appendix A. The CONTRACTOR shall
maintain written certification that the approved HSP/APP has been reviewed with all
personnel that work at the project site prior to their mobilization. The Safety Plan shall
also address construction operations that increase risk for personnel in and around the
site including, but not limited to, excavating for utility trenches, hand digging, traffic
diversions, road blockages and signage, lighting and barricades during limited visibility
timeframes. USACE EM 385-1-1: If the CONTRACTOR does not have an electronic copy
of the manual, one can be provided by the US GOVERNMENT. The CONTRACTOR should
request in writing to the CO and specify the version(s) needed. The US GOVERNMENT
has available 2 versions -- 2008 English and 2003 Arabic versions.

6.4. Quality Control Plan

6.4.1. The CONTRACTOR is responsible for Quality Control and shall establish and maintain an
effective Plan to track procedures for reviewing, certifying, and managing all tasks
necessary to deliver a complete and usable facility that complies with the contract
documents. The system shall cover all construction operations, both on site and off
site, and shall be keyed to the proposed construction sequence.

6.5. Material Safety Data Sheets

6.5.1. Material Safety Data Sheets (SDS) are required for all hazardous materials brought on
to the installation and to be used on site during construction and shall be managed IAW
the 379 Environmental Management Plan (379 EMP).

Page 21 of 41
6.5.2. Furnish a SDS, OSHA Form 20 or accepted equivalent, for each hazardous or potentially
hazardous material or chemical utilized by the CONTRACTOR. This includes solvents
and treated materials, such as preservative treated wood (SDS for the preservative) or
fungicide treated rubber goods (SDS for fungicide). The CO or their designated
representative must approve all materials prior to installation.

7. STANDARD PRODUCT
7.1. Materials and Equipment

7.1.1. Materials and equipment shall be standard products from a manufacturer regularly
engaged in the manufacture of such products which are of similar material, design and
workmanship.

7.1.2. All products installed shall be new and free from defects, unless specifically directed
and approved by the CO.

7.1.3. All purchased and installed equipment must comply with and bear label of the
certifications issued by Underwriter’s Laboratory (UL), European Conformity (CE), and
ISO 9001-2000 unless otherwise noted.

7.2. Technical Instructions

7.2.1. Technical instructions pertaining to the use or installation of products, materials, or


equipment involved in the execution of work under this contract are furnished in
response to a requirement stipulated herein, and form a part of these specifications as
though specifically set forth herein In the event of conflict between the specifications
or drawings and technical instructions, the CONTRACTOR shall bring such conflict to the
attention of the CO for resolution before proceeding with the work involved. Upon
request, the US GOVERNMENT shall provide to the CONTRACTOR all technical
instructions that cannot be widely reproduced upon request.

8. NON-RESTRICTIVE SPECIFICATIONS
8.1. General

8.1.1. References in the design specifications of this SOW to equipment, material, articles, or
patented processes by trade name, make, or catalog number shall be regarded as
establishing a standard of quality and shall not be construed as limiting competition.
The CONTRACTOR, at its option, may recommend the use any equipment, material,
article, or process that, in the judgment of the CO, is equal to or exceeding the
requirement of these specifications, unless otherwise specifically provided in this SOW.

Page 22 of 41
9. PROHIBITED MATERIALS
9.1. General

9.1.1. The CONTRACTOR shall certify that products do not contain mercury, hexavalent
chromium, toluene, chlorinated solvents, hydrolysable chlorine derivatives; ethylene
based glycol ethers and their acetates, nor carcinogen. When tested, the lead content
shall not exceed 0.06% by weight of the dry film and the test for chromium content shall
be negative.

9.1.2. All electronic devices including but not limited to, cellular phones, data collectors, and
calculators are prohibited on the job site unless express authorization is obtained from
Security Forces.

10. BASE REQUIREMENTS


10.1. Waste

10.1.1. The CONTRACTOR shall be responsible for the collection and disposal of all debris,
rubble, residue and waste material generated in the performance of work under this
contract. The CONTRACTOR shall legally and properly remove and dispose of all such
materials from the installation. The CONTRACTOR is not permitted to deposit materials
in base trash collection containers or on base locations without prior approval of the
CO.

10.2. Hazardous Materials

10.2.1. Materials classified as hazardous by U.S. and Qatari environmental rules, regulations,
or laws, shall be handled for disposal in accordance with those rules, regulations, or
laws (e.g., 379 EMP, Final Governing Standards for U.S. Forces in Qatar (FGS-Q)).

10.2.2. Hazardous Materials used for Construction Activities:

10.2.2.1. Materials classified as hazardous by U.S. or Qatari environmental rules,


regulations, or laws, shall be handled in accordance with those rules, regulations,
or laws In accordance with the 379 EMP and AFMAN 33-363, Hazardous Materials
Management, the CONTRACTOR shall submit for approval SDSs for those
materials considered hazardous to the CO PRIOR to the hazardous material
ENTERING the installation. All hazardous material shall be stored in a safe and
environmentally responsible manner within construction sites and laydown
yards.

Page 23 of 41
10.2.2.2. The CONTRACTOR shall submit Material Safety Data Sheets (SDS) for those
materials considered hazardous to the CO prior to the hazardous waste leaving
the installation and shall be managed IAW the 379 Hazardous Waste
Management Plan (Annex B of the 379 EMP). The CONTRACTOR is responsible
for all such materials that are residue from CONTRACTOR furnished supplies and
materials brought to the job site by the CONTRACTOR, and for all such materials
identified herein or by the drawings.

10.3. SUB-CONTRACTOR Coordination

10.3.1. The CONTRACTOR shall coordinate the work of all sub-CONTRACTORs and shall ensure
the coordination of the work between the various trades.

10.4. Security and Parking

10.4.1. The CONTRACTOR shall follow existing security and parking procedures and instructions
applicable to AUAB.

10.4.2. The CONTRACTOR shall be responsible for the physical security of all materials, supplies,
and equipment, including property that he is utilizing.

10.4.3. The US GOVERNMENT shall not be held liable for delays prior to the CONTRACTOR
reaching the CONTRACTOR entrance and notification that he is ready to proceed
through the gate.

10.5. Vehicular Traffic

10.5.1. The CONTRACTOR shall comply with the local laws and regulations, to include USAF
regulations, regarding the safe operation of equipment in and around roadways
associated with the construction site. The CONTRACTOR owned and/or operated
vehicles violating speeding, parking or traffic regulations on AUAB may be removed
from the installation at the CONTRACTOR’s expense.

10.5.2. The CONTRACTOR shall coordinate with the CO or designated alternate to ensure
proper warnings to motorists are posted and adequate traffic control is used when
vehicles are present. USACE Safety Manual, EM 385-1-1, provides minimum
requirements for temporary traffic controls.

10.5.2.1. The CONTRACTOR shall address known traffic impedances within the
site/location drawing and the safety plan. Coordinate submittal dates per the AF
Schedule of Material Submittals Form.

10.5.2.2. Signs, warning lights, barricades, and other traffic control devices shall be
provided by the CONTRACTOR. Warning lights shall be operational at all times

Page 24 of 41
during non-daylight hours. Barricades shall be highly luminescent and clearly
visible at night. Signs shall also be highly luminescent, blaze orange in color with
Black English lettering, and clearly visible and readable from at least 15 m (50 ft.)
away.

10.5.2.3. Temporary traffic control signs (warning and hazard signs) shall be furnished and
installed, at the discretion of the CO, by the CONTRACTOR while projects are
underway. These warning signs shall be placed near the beginning of the work
site and well ahead of the work site for alerting approaching traffic from both
directions. Paving and painting equipment shall be marked with large warning
signs indicating slow-moving equipment in operation.

10.5.3. Road Diversions/Closures

10.5.3.1. The CONTRACTOR shall notify the CO at least 14 days prior to work if construction
shall impact traffic on the roadways. The CONTRACTOR shall state in writing the
exact dates of the road closure, duration of closure and provide a traffic diversion
map showing the location of the diversion (if available), closure, posting of
signage, phasing plan (if applicable), and other pertinent information for the
impedance.

10.6. Sanitary Provisions

10.6.1. The CONTRACTOR shall provide temporary toilets that satisfy Qatari health
requirements for the use of project personnel. Location, type, proposed maintenance,
etc. shall be approved by the CO prior to placing toilets. Temporary toilets shall be
removed immediately upon completion of the project. The contractor shall not use any
US GOVERNMENT toilet facilities.

10.7. Pollution Abatement

10.7.1. The CONTRACTOR shall perform work in accordance with USAF and local environmental
regulations, i.e., the 379 Pollution Prevention Plan, to minimize pollution, degradation,
and exploitation of the environment. The CONTRACTOR shall also, to the maximum
extent practicable, prevent, control, and abate environmental pollution by supporting
regional pollution abatement programs and by accelerating corrective measures to
meet established standards and criteria.

10.8. Fire Prevention

10.8.1. The prevention of fire is imperative during construction projects. The CONTRACTOR is
responsible for enforcing fire safety in his work area.

Page 25 of 41
10.8.2. The CONTRACTOR must report all fires to the USAF Fire Department. Attempt to
extinguish the fire only if it is safe to do so. Go to the nearest phone and notify the Fire
Department at 911 (Cell Phone 4458-9511). Have someone meet the Fire Department
upon arrival to provide additional information.

10.8.3. The CONTRACTOR shall have serviceable fire extinguishers readily available at all times.

10.8.4. Burning of trash and rubbish at the construction site is strictly prohibited.

10.8.5. The CONTRACTOR may not use gasoline or diesel fuel for cleaning parts or surfaces.

10.8.6. Electrical extension cords may be used on a temporary basis to power tools and
equipment. Do not overload extension cords. Frayed, cut, or spliced extension cords
are strictly prohibited.

10.9. Safety Features

10.9.1. References

10.9.1.1. All work shall be in compliance with AFMAN 91-203, Air Force Consolidated
Occupational Safety Instruction.

10.9.1.2. At all times, the construction site and laydown yard (if applicable) may be
inspected by the CO or designated representative for fire, safety, environmental
or public health discrepancies. All discrepancies noted shall be fixed immediately.
If discrepancies cannot be fixed immediately, the CONTRACTOR shall remove the
items from the installation.

10.10. Site Access

10.10.1. The CONTRACTOR shall acquire base Badges and Passes in accordance with base
requirements.

10.10.1.1. The contractor shall follow security procedures and instructions applicable to Al
Udeid Air Base. Contractor personnel working on Al Udeid shall hold a current
Qatari Pass necessary to gain access through Al Udeid. Additionally, each
contractor employee needing base access must be registered in the Defense
Biometric Identification System (DBIDS) in order to be allowed to come on base.

10.10.1.1.1. Contractor management staff shall ensure that all employees’ and
subcontract employees’ visas and passports remain current during the life of the
contract. At no time shall contractor management staff permit personnel
currently issued a pass to hold visas or passports that expire during the
performance period.

Page 26 of 41
10.10.1.1.2. Once this contract is awarded, the contractor shall keep pass paperwork
current and submit it at least 60 days prior to the requirement for base access,
or as specified in section L, and at least 30 days prior to the expiration of any
pass or in the event than any person has an expiring visa or passport during the
period of performance.

10.10.1.1.3. The contractor is solely responsible for the submission and approval of
passes and the U.S. US GOVERNMENT will consider extensions to performance
periods based on delays obtaining passes for access to the base on a case by case
basis.

10.10.1.2. The contractor is responsible for providing the Contracting Officer with a list of
company personnel that will be used to execute the contract. The list must
contain the following information on each person:

• Company name and telephone number


• The length of time or time period during which the individual will
require a pass/access
• Name of individual(s)
• Nationality
• IGAMA
• Passport number & visa expiration date
• Date of Birth (DOB)
• DBIDS Access Card (DAC) expiration date

10.10.1.3. When the work site is located within a restricted or controlled area, the
contractor may experience delays due to compliance with entrance/exit
requirements of restricted/controlled areas and established Free Zones. An Entry
Authority List (EAL) with the above information will be routed for approval IAW
local guidance and provided to 379 ECES/Wing Escort Program Manager and the
379 ESFS/S-5OS, Physical Security. This EAL will be updated as necessary when
personnel working within the project area change to include personnel that have
been relieved or removed from the work project.

10.10.2. The CONTRACTOR will be escorted in accordance with base requirements. Upon entry
through the Al Udeid Gate, contractor personnel are required to be in the presence of
a military escort while on Al Udeid at all times. Escorts shall be provided by the U.S. Air
Force. The contractor shall comply with escort directions. Initially the contractor shall
notify the designated Project Manager 48 hours in advance of any revised
personnel/escort requirements. The contractor shall notify the designated PM 48 hours
in advance of any change in time that the escorts shall meet the contractor and/or when
the number of contract workers increases or decreases. The contractor will not be able

Page 27 of 41
to start work until escort arrangements are made. The U.S. Air Force shall not be liable
for delays caused by the contractor’s failure to follow the above notification
requirements.

10.10.3. Before entry through the Al Udeid Gate, contractor personnel and vehicles shall process
through the search area.

10.10.4. Material, including but not limited to concrete, asphalt emulsions, and other time
critical materials will require search and surveillance by the U.S. Air Force personnel
from the point of origin to the search area. The contractor shall notify the designated
Project Manager ten (10) days in advance of the scheduled delivery. The contractor
shall immediately notify the Project Manager of changes. Changes shall require an
additional five (5) days for U.S. US GOVERNMENT personnel coordination. The U.S. Air
Force shall not be liable for delays resulting from the contractor’s failure to follow the
above notification requirements or supplier/contractor delivery changes.

10.10.5. Tanker truck/trailer cargo compartments shall allow for a complete visual inspection.
All tanks and the baffled sections shall have a minimum 3 ft. / .91-meter diameter visual
inspection port. Equipment not meeting the above requirements shall not be allowed
entry onto Al Udeid Air Base. The U.S. Air Force shall not be liable for delays caused
by equipment not meeting the above requirements.

10.10.6. The contractor shall be responsible for safeguarding all U.S. US GOVERNMENT property
for the contractor use. At the close of each work period, U.S. US GOVERNMENT
facilities, equipment and material shall be secured.

10.11. BCE Work Clearance Request

10.11.1. The CONTRACTOR shall obtain a Base Civil Engineer Work Clearance Request (AF Form
103) from the CO or designated representative at the pre-construction conference prior
to commencement of site work.

10.11.2. Dig Permit:

10.11.2.1. The CONTRACTOR shall apply for and maintain active dig permits during
excavation activities. The CONTRACTOR shall have a copy of the dig permit
present onsite during all excavation activities. If the CONTRACTOR damages a
utility, the CONTRACTOR shall contact the CO or designated representative
immediately.

10.11.3. Hot Work Permit:

10.11.3.1. The CONTRACTOR shall obtain a Welding, Cutting and Brazing Permit (AF Form
592) prior to commencement of all hot work and when required as part of the

Page 28 of 41
Scope of Work Hot work includes, but is not limited to, welding, cutting, brazing
operations and the use of tar kettles. The CONTRACTOR shall ensure that controls
are in place to protect adjacent work centers as applicable (e.g. UV shielding, local
exhaust ventilation, warning signs, etc.) The CONTRACTOR shall submit their
completed AF Form 592 to the CO or designated representative for approval and
coordination. The Fire Prevention office is the POC for all AF Form 592 Hot Work
Permits located at Fire Station 1 (B10130).

10.12. Temporary Construction Fencing

10.12.1. Temporary construction fencing and secure site access is required around all work sites.

10.12.2. Site shall be secured during all non-working hours from unauthorized access.

10.12.3. The location and layout of the temporary construction fencing shall be annotated on
the site/work plan and approved per the AF Schedule of Material Submittals Form prior
to installation.

10.12.4. See Section 18.8, Temporary Construction Fence, Division 32, Exterior Improvements
for further instructions.

10.13. Excavations for Utilities

10.13.1. All excavations outside the fenced construction site shall have barriers, signage and
significant lighting to be clearly seen during limited visibility.

10.13.2. It remains the CONTRACTOR’s responsibility to schedule ALL WORK to minimize the
length of time excavations are open. Should excavations remain open for an extended
period, the CONTRACTOR may be asked to close the excavation until such time as the
work can begin again.

10.13.3. The CONTRACTOR shall provide temporary access across excavations that impede
major pedestrian thoroughfares. The temporary access provisions shall require
approval and inspection by the CO or designated representative.

10.14. Preserving Historical and Archaeological Finds

10.14.1. All items having any apparent historical or archaeological interest which is discovered
in the course of any construction activities shall be carefully preserved. The
CONTRACTOR shall leave the archaeological find undisturbed and shall immediately
report the find to the CO.

Page 29 of 41
11. US GOVERNMENT FURNISHED ITEMS AND SERVICES
11.1. General

11.1.1. The US GOVERNMENT shall provide adequate utilities to meet power and water usage
to the CONTRACTOR. The CONTRACTOR shall conserve these utilities during
construction. Construction water shall be furnished to the CONTRACTOR at no cost to
the CONTRACTOR. This does not include drinking water for the CONTRACTOR’s work
crews. Water for construction activities shall be coordinated with the CO a minimum
of 24 hours in advance. The CONTRACTOR shall furnish all equipment, material, and
labor which is necessary to obtain and deliver water to the designated area(s) of work.

11.2. Laydown Yard

11.2.1. If considered beneficial to the US GOVERNMENT and requested by the CONTRACTOR in


writing, the US GOVERNMENT may designate a space for a temporary laydown yard for
the use by the CONTRACTOR. This laydown yard would be used as a material stockpile
area and would be subject to provisions as set forth by this SOW and as outlined by the
CO at the time of agreement.

11.2.2. The CONTRACTOR shall furnish and install standard construction site signage for
designated laydown yard entrance complying with all applicable AUAB and US
GOVERNMENT regulations and directives pertaining to security, safety, traffic, fire
prevention, personnel clearances, and environmental protection.

11.2.3. The use and location of the temporary laydown yard is subject to change based on US
GOVERNMENT requirements. The CO shall provide, in writing, changes to those
provisions of use and the CONTRACTORs shall implement those changes within 30
calendar days of receipt at no cost to the US GOVERNMENT.

11.3. US GOVERNMENT Provided Design

11.3.1. All design drawings provided by the US GOVERNMENT as part of this package are at the
schematic design level. They are provided to clearly communicate the project’s scope
and minimum requirements. The US GOVERNMENT provided design drawings are not
final and shall not be reproduced for use in the CONTRACTOR’S design submittals.

12. CONTRACTOR FURNISHED ITEMS AND SERVICES


12.1. General

12.1.1. The CONTRACTOR shall furnish labor, supervision, tools, materials, equipment,
transportation, fuels, lubricants, fluids, solvents, and all other supplies and services

Page 30 of 41
necessary to perform operations required to complete work as indicated within the
drawings and these specifications. At sites where existing USAF utilities do not exist,
the CONTRACTOR shall be responsible for providing utilities. The CONTRACTOR shall
be responsible for installing and maintaining temporary cords, lines, or other
equipment in a safe condition. Prior to final acceptance, all temporary cords, lines,
supplies, solvents, paint, fuel, lubricants, parts, material, tools, or other equipment shall
be removed.

12.2. Field Office

12.2.1. The CONTRACTOR may, at his option, provide a temporary field office at the site. The
location, type, proposed maintenance, and other considerations shall be approved by
the CO prior to moving such a facility onto the site. At the completion of the project,
the facility shall be removed from the site and the area adjacent to the office restored
to that condition existing prior to the start of the project.

12.3. Safety Briefings

12.3.1. None

12.4. Contractor Electrical Equipment

12.4.1. The electrical equipment shall be suitable for the voltage and frequency as stated per
the contract and as available at the project location. The US GOVERNMENT shall
identify power and the CONTRACTOR shall connect to the power source. The power
connection and disconnection must be coordinated with the CO.

13. CONDITIONS OF WORK


13.1. Base Regulations

13.1.1. The CONTRACTOR shall comply with all applicable AUAB and US GOVERNMENT
regulations and directives pertaining to security, safety, traffic, fire prevention,
personnel clearances, and environmental protection, which shall be provided at the
pre-construction conference.

13.1.2. The CONTRACTOR shall confine operations, including material storage, to the project
site. The CONTRACTOR shall be furnished adequate storage areas for equipment and
materials, but shall be responsible for the receipt, unloading, security, and handling of
equipment and materials. The CONTRACTOR shall coordinate proposed storage areas

Page 31 of 41
with the CO or designated representative. The CONTRACTOR shall stock and place
materials and equipment only in areas specifically approved by the CO.

13.1.3. When notified by the US GOVERNMENT that a severe weather warning alert has been
issued, the CONTRACTOR shall immediately take necessary action to tie down and
secure all materials on the job site that could become airborne projectiles as a result of
strong surface winds, thunderstorm, etc. This requirement also includes all non-regular
working periods.

13.1.4. The CONTRACTOR shall be responsible for the covering of open bodied vehicles
transporting all materials likely to create air pollution or become debris while on base.

13.1.5. The CONTRACTOR is responsible for all required preparation of the work site and for
the maintenance of the site to include: storage of contract materials, site cleanliness,
and site/job safety to include a submitted safety program for the duration of the
contract and for all periods of warranty work.

13.1.6. It is the responsibility of the CONTRACTOR to coordinate with the CO to preclude


damage to existing utilities.

13.1.7. The CONTRACTOR is required to maintain a clean work site and shall remove
construction debris and waste materials on a daily basis. All materials that are to be
removed and/or demolished per the contract are to be disposed of at an approved
disposal location in accordance with Host Nation laws and regulations.

13.1.8. The CONTRACTOR shall provide barriers as required to prevent public entry to
construction areas and to protect existing facilities and adjacent properties from
damage from construction operations.

13.1.9. CONTRACTOR shall abide by all current and future installation environmental
management plans, e.g., the Environmental Management Plan (EMP) and the 379
Pollution Prevention Plan, and shall legally and properly remove and dispose of all
material and debris generated by this project from the base. At a minimum, accomplish
a weekly cleanup of the entire job site. CONTRACTOR shall be responsible to assure
proper loading of vehicles used for transport of materials and debris. All spillage in-
route on the base shall be recovered and disposed of off base. Items shall be
transported in tarp-covered or closed vehicles. All materials dropped or blown off
vehicles shall be immediately picked up by the CONTRACTOR. Paper, wrappings,
cardboard, etc., shall be placed in tightly closed containers for daily disposal.

13.1.10. Equipment and tools used in the performance of the work shall be maintained in
satisfactory working condition at all times. The equipment shall be adequate and shall
have the capability of producing the requirements as set forth herein.

Page 32 of 41
13.1.11. The CONTRACTOR shall accept no changes or alterations to the SOW in design or
execution by anyone other than the CO.

14. INSPECTIONS/QUALITY CONTROL/WORKMANSHIP/TESTING


14.1. Preparatory Inspection

14.1.1. This inspection shall be performed by the CONTRACTOR prior to beginning work on all
definable phases of construction. It shall include a review of contract requirements; a
check to ensure that all materials and/or equipment have been tested, submitted, and
approved; a check to ensure that provisions have been made to provide required
control testing; examination of work area to ascertain that all preliminary work has
been completed; and a physical examination of materials and equipment to ensure that
they conform to approved shop drawings or submittal data and that all materials and/or
equipment are on hand. The Project Inspector shall be notified at least 24 hours in
advance of the preparatory inspections and such inspection shall be made a matter of
record and sent to the CO.

14.2. Preliminary and Final Inspections

14.2.1. The CONTRACTOR shall coordinate with the CO and Project Manager seven (7) days
prior to scheduled contract completion date to allow scheduling of preliminary and final
inspections. Attendance at the Preliminary and Final Inspections is mandatory for the
CONTRACTOR. At the Preliminary and Final Inspection, the CONTRACTOR shall
demonstrate that all systems and subsystems installed under the contract are fully
functional and usable.

14.3. Workmanship

14.3.1. All work shall comply with the specifications and drawings provided. All work shall be
performed by craftsmen, skilled in the applicable trade and shall be supervised by a
qualified Superintendent with experience in the related construction trades. The
Superintendent is required to be on-site during the performance of all work to ensure
that a quality product is provided. The Superintendent shall be able to speak,
understand, and read the English language. The Superintendent shall have a complete
current set of the contract documents and approved submittals on the job site at all
times.

14.3.2. The CO may identify workmanship problems to the CONTRACTOR. Quality Control is the
CONTRACTOR’s responsibility. Inspection or non-inspection by US GOVERNMENT
representatives of the work does not relieve the CONTRACTOR from ensuring the work
complies with the contract documents. It is the responsibility of the CONTRACTOR to

Page 33 of 41
identify and correct all workmanship problems. All workmanship problems identified
are to be corrected in a timely manner, to the satisfaction of the CO.

14.3.3. The CONTRACTOR is responsible for the coordination and sequence of events with
relation to the performance of this project and shall verify all dimensions and advise
the CO of all discrepancies prior to proceeding with that phase of work. If exact
locations for positioning of equipment are not given, the CONTRACTOR must coordinate
the locations through the CO. All equipment must be positioned to allow easy access
for maintenance and replacement of component parts.

14.4. Testing

14.4.1. The CONTRACTOR shall perform all testing at the frequency specified within this SOW.

14.4.2. All testing shall be performed by an approved independent commercial laboratory.


When test results indicate that construction was not accomplished as specified for a
given area, the material shall be removed, replaced and construction shall be redone to
meet specification requirements. Inspections and test results shall be certified by a
registered professional architect or engineer. Within 24 hours of conclusion of physical
tests, two (2) copies of test results, including calibration curves and results of calibration
tests, shall be furnished to the CO.

15. EXISTING WORK AND RESTORATION OF DAMAGE CAUSED BY CONTRACTOR


15.1. General

15.1.1. The disassembling, disconnecting, cutting, removal or altering of existing work shall be
carried out in such a manner as to prevent injury or damage to portions of existing work
to remain, whether it is to remain in place, be re-used in the new work or be salvaged
and stored. All portions of existing work which has been cut, damaged or altered during
performance of new work shall be repaired or replaced in kind, in an approved manner
to match existing adjoining work at the expense of the contractor.

16. PROTECTION OF LAND RESOURCES


16.1. General

16.1.1. It is intended that land resources within the project boundaries of work performed
under this contract be preserved in their present condition or be restored to a condition
after completion that shall appear to be natural. The CONTRACTOR shall confine his
activities to areas defined by the plans and specifications. All landscape features
damaged or scarred by the CONTRACTOR’s equipment or operations shall be restored
to its original condition. The CO shall decide what method of restoration shall be used.

Page 34 of 41
The CONTRACTOR shall remove all signs of temporary construction facilities such as
haul materials, or all vestiges of construction resulting from the contract as directed by
the CO.

17. WARRANTY
17.1. General

17.1.1. The CONTRACTOR shall repair and/or replace all defective materials or workmanship,
except for walls and roofs, at no additional cost for a warranty period of one (1) year
commencing upon the date of final acceptance of the project. The CONTRACTOR shall
repair and/or replace all defective materials or workmanship at no additional cost for a
warranty period of 20 years for all metal roof and walls panels commencing upon the
date of final acceptance of the project.

17.1.2. The CONTRACTOR shall add laminated, weather proof tagging to equipment showing
the warranty start and ending date for key critical equipment, to include HVAC and
electrical equipment. Tags are to be located in a clear and obvious area such as the
electrical disconnect. Tags are to be weatherproof and UV resistant.

18. SITE / CIVIL


18.1. Location of Project

18.1.1. The project is located in AUAB, Qatar

18.1.2. The project is located in Building 8412.

18.1.3. See attached Project Location Plan and Site Plan.

18.2. Site Description

18.2.1. Electrical Service: Available

18.2.2. Communications Service: Available.

18.2.3. Water Service: Available.

18.2.4. Wastewater Service: Available.

18.3. Antiterrorism/Force Protection

18.3.1. Comply with UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings.

18.3.2. Perimeter: CONTROLLED

Page 35 of 41
18.3.3. Occupancy: Munitions Maintenance Shop

18.4. General

18.4.1. Required specifications shall adhere to UFC 1-300-02 Unified Facilities Guide
Specifications (UFGS) Format. Edit the guide specifications for project specific
requirements by adding, deleting, or revising text. For bracketed items, choose
applicable items(s) or insert appropriate information.

18.5. Division 01 General Requirements

18.5.1. Section 01 1100 Summary of the Work

18.5.1.1. Nothing in this SOW shall modify the requirements of the applicable building
codes unless specifically stated herein and/or directed by the Contracting Officer
(CO).

18.5.1.2. Utility Outage Requests and Utility Connection Requests shall be scheduled to
minimize outages. For utility outages and connections required during the
execution of work that affect existing systems, schedule outside the regular
working hours or on weekends, as approved by the Contracting Officer. Schedule
utility outages and connections to minimize disruptions to the US GOVERNMENT.
No additional payment shall be provided for utility outages and connections
required to be performed outside the regular work hours.

18.5.1.3. Submit requests for utility outages and connections in writing to the Contracting
Officer for approval at least 10 calendar days in advance of the time required. In
each request, state the system involved, area involved, approximate duration of
outage, and the nature of work involved.

18.5.1.4. The CONTRACTOR shall apply for and maintain on site in a conspicuous location
all permits required for construction activities.

18.5.2. Section 01 30 00 Administrative Requirements

18.5.2.1. The CONTRACTOR shall have at least one (1) qualified superintendent with a
minimum of 5 years of experience, or competent alternate, capable of reading,
writing and conversing fluently in the English language, on the job-site at all times
during the performance of contract work.

18.5.2.2. The Project Superintendent must be familiar with the requirements of EM 385-1-
1 and have experience in the areas of hazard identification and safety compliance.

Page 36 of 41
18.5.2.3. The CONTRACTOR shall have at least one (1) qualified Quality Control (QC) and
one (1) Safety Manager (SM). This can be the same person. The QC must have a
minimum of 5 years of experience as a QC. The SM must have a minimum of 5
years of experience as a SM. Both the SM and the QC must have fluent English
communication skills.

18.5.2.4. The CONTRACTOR shall have at least one (1) management member with English
fluency living and working in Qatar and at least one (1) manager with Arabic
fluency living and working in Qatar.

18.5.2.5. The CONTRACTOR shall instruct each employee in the recognition and avoidance
of unsafe conditions and the regulation applicable to his work environment to
control or eliminate and hazards or other exposure to illness or injury.

18.5.3. Section 01 32 01.00 10 Project Schedule

18.5.3.1. Include design and permit activities with the necessary conferences and follow-
up actions and design package submission dates. Include the design schedule in
the project schedule, showing the sequence of events involved in carrying out the
project design tasks within the specific contract period. Provide at a detailed level
of scheduling sufficient to identify all major design tasks, including those that
control the flow of work. Also include review and correction periods associated
with each item.

18.5.3.2. Include activities associated with the critical submittals and their approvals,
procurement, fabrication, and delivery of long lead materials, equipment,
fabricated assemblies, and supplies. Long lead procurement activities are those
with an anticipated procurement sequence of over 30 calendar days.

18.5.3.3. Include the following activities/tasks in the initial project schedule and all
updates.

 Submission, review and acceptance of Preconstruction Submittals


(individual activity for each).
 Submission, review and acceptance of design packages.
 Long procurement activities
 Submission and approval of as-built drawings.
 Submission of TAB specialist design review report.
 Submission and approval of fire protection specialist.
 Submission and approval of test data, and reports
 Air and water balancing.
 Controls testing plan submission.
 Controls testing.
 Performance Verification testing.

Page 37 of 41
 Other systems testing, if required.
 Contractor's pre-final inspection.
 Correction of punch list from Contractor's pre-final inspection.
 US GOVERNMENT 's pre-final inspection.
 Correction of punch list from US GOVERNMENT 's pre-final inspection.
 Final inspection.

18.5.3.4. Use referenced UFGS section for additional information and to complete the
project manual (specification).

18.5.4. Section 01 33 00 Submittal Procedures

18.5.4.1. Use Section 3.0 Design/Build Submittals and referenced UFGS section for type of
submittal specific requirements to complete the project manual (specifications).

18.5.5. Section 01 35 26 US GOVERNMENT Safety Requirements

18.5.5.1. Use referenced UFGS section for safety requirements as it relates to personnel,
training and type of work and to complete the project manual (specifications).

18.5.6. Section 01 50 00 Temporary Construction Facilities and Controls

18.5.6.1. The CONTRACTOR shall Prior to the start of work, submit a site plan showing the
locations and dimensions of temporary facilities including layouts and details,
equipment and material storage area (onsite and offsite), and access and haul
routes, avenues of ingress/egress to the fenced area and details of the fence
installation. Identify any areas which may have to be graveled to prevent the
tracking of mud. Indicate if the use of a supplemental or other staging area is
desired. Show locations of safety and construction fences, site trailers,
construction entrances, trash dumpsters, temporary sanitary facilities.

18.5.7. Section 01 58 00 Project Identification

18.5.7.1. The CONTRACTOR shall provide a preliminary drawing indicating layout and text.
The sign board shall be provided at a conspicuous location on the job site where
directed by the CO. The sign shall be 4’-0” X 8’-0” sheet of grade B-B medium
density overlaid exterior plywood.

18.5.7.2. Use referenced UFC 3-120-01 Design: Sign Standards for additional information
and to complete the project manual (specifications).

18.5.8. Section 01 74 19 Construction and Demolition Waste Management

18.5.8.1. The CONTRACTOR shall Develop and implement a waste management program
and take a pro-active, responsible role in the management of construction and

Page 38 of 41
demolition waste and require all subcontractors, vendors, and suppliers to
participate in the effort. The CONTRACTOR is responsible for instructing workers
and overseeing and documenting results of the Waste Management Plan for the
project, IAW the 379 EMP. Construction and demolition waste includes products
of demolition or removal, excess or unusable construction materials, packaging
materials for construction products, and other materials generated during the
construction process but not incorporated into the work.

18.5.8.2. The CONTRACTOR shall obtain a copy of the 379 AEW Environmental
Management Plan (EMP) from the CO and shall abide by all regulations therein.

18.5.8.3. Use referenced UFGS section for additional information and to complete the
project manual (specifications).

18.5.8.4. Section 01 78 00 Closeout Submittals

18.5.8.5. The CONTRACTOR shall be responsible to provide the following:

18.5.8.5.1. Product Data including Warranties, Final Cleaning and Spare Parts Data.

18.5.8.5.2. Manufacturer’s Instructions including framed posted instructions.

18.5.8.5.3. Operation and Maintenance Data including Operations and Maintenance


Manuals.

18.5.8.5.4. Closeout Submittals including As-Built Drawings, Record Drawings, As-


Built Record of Equipment and Materials, Final Approved Shop Drawings,
Construction Contract Specification and Interim DD Form 1354.

18.5.8.6. Use referenced UFGS section for additional information and to complete the
project manual (specifications).

18.6. Division 02 Existing Conditions

18.6.1. Section 02 41 00 Demolition and Deconstruction

18.6.1.1. The Contractor shall take the necessary precautions to avoid damage to existing
items to remain in place or to be reuse like sunshade structure, fences, utilities,
pavement and other elements above surface and underground utilities. The
Contractor shall not disturb existing construction beyond the limits of work
necessary for the construction of this project.

18.6.1.2. Contractor shall protect existing utilities against damage and maintain in service
during demolition phase.

Page 39 of 41
18.7. Division 03 Concrete

18.7.1. Not Applicable

18.8. Division 31 Earthwork

18.8.1. Not Applicable

18.9. Division 32 Exterior Improvements

18.9.1. Not Applicable

18.10. Division 33 Utilities

18.10.1. Not Applicable

18.11. Codes and References

18.11.1. Site Civil design and construction shall conform to:

18.11.1.1. UFC 3-200-10N, 2-1.3.1 Civil Engineering, Topographic Surveys

18.11.1.2. UFC 3-201-01 c3 2020 Civil Engineering

18.11.1.3. Qatar Construction Standards (QCS 2014)

18.11.2. Where two or more codes apply, the most stringent shall be executed.

19. ARCHITECTURAL
19.1. General

19.1.1. Adhere to UFC 1-300-02 Unified Facilities Guide Specifications (UFGS) Format. Edit the
guide specifications for project specific requirements by adding, deleting, or revising
text. For bracketed items, choose applicable items(s) or insert appropriate
information.

19.1.1.1. UFC 1-200-01 DoD Building Code (General Building Requirements)

19.1.1.2. 2021 International Building Code (IBC)

20. STRUCTURAL
20.1. General

20.1.1. Not Applicable

Page 40 of 41
21. MECHANICAL
21.1.1. Not Applicable

22. ELECTRICAL
22.1. Not Applicable

23. COMMUNICATIONS
23.1. General

23.1.1. Adhere to UFC 1-300-02 Unified Facilities Guide Specifications (UFGS) Format. Edit the
guide specifications for project specific requirements by adding, deleting, or revising
text. For bracketed items, choose applicable items(s) or insert appropriate
information.

23.1.1.1. UFC 4-010-05 Sensitive Compartmented Information Facilities Planning, Design,


and Construction

23.1.1.2. UFC 4-010-06 Cybersecurity of Facility-Related Control Systems

23.1.1.3. UFC 4-021-02 Electronic Security Systems

24. ATTACHMENTS
24.1. US GOVERNMENT Furnished Drawings:

24.1.1. List of Design Drawings:

GENERAL

G-0.1 Cover Sheet, Index of Drawings, and Key Plan

CIVIL
C-1.0 Existing Conditions Plan
C-1.1 Proposed Site Plan
C-2.0 Civil Details

Page 41 of 41

You might also like