SOLICITATION NOTICE
Y -- LAKE TEXOAM GATE HOUSE REPAIRS - SOLICITATION
- Notice Date
- 1/27/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-16-T-0019
- Archive Date
- 5/31/2016
- Point of Contact
- ROBERT NORRIS, Phone: 9186697279, Wyman Walker, Phone: (918)669-7043
- E-Mail Address
-
Robert.L.Norris@usace.army.mil, Wyman.W.Walker@usace.army.mil
(Robert.L.Norris@usace.army.mil, Wyman.W.Walker@usace.army.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- WAGE RATES GRAYSON COUNTY TX WAGE RATE BRYAN COUNTY OK SOLICITATION SPECIFICATIONS FOR CXT GATEHOUSES INTERIOR REPAIRS REVISED - 03 NOVEMBER 2015 LAKE TEXOMA PART 1 - GENERAL 1.1 SCOPE OF WORK This specification covers interior Gatehouse Repairs for precast CXT Schweitzer buildings (gatehouses) 10.6' x 20' at Texoma Lake. Gatehouses are located at Lakeside Park, West Burns Camping and West Burns Day Use. The contractor shall supply all equipment, labor, materials, and supplies needed to perform the work required by these specifications. All locations are located within Bryan County, Oklahoma. Dimensional drawings can be found at the end of these specifications. All work shall be completed within 90 days after award of contract. 1.2 REQUESTS FOR BID The contractor is requested to supply one bid. This bid will include all supplies, labor, materials and equipment, unless otherwise noted in section 2.3, needed to perform this contract. 1.3 BASIS FOR PAYMENT The contractor may invoice for lump sum payment after all work has been completed and accepted by the Government. 1.4 WORK HOURS Regular work hours will be from 8:00 am - 4:30 pm Monday through Friday, excluding federal holidays. Any proposed changes to the work hours must be approved by the Contracting Officer. 1.5. COMPLETION TIME Work shall be completed in 90 calendar days 1.6 SAFETY REQUIREMENTS The contractor shall comply with the Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1 dated 30 November 2014 and all applicable Federal, State, and local safety codes and practices. It is the contractor's responsibility to insure public safety during the entire duration of the contract. Necessary signs, barriers, warning devices, etc. shall be operated and maintained by the contractor at contractor expense. Contractor employees shall comply with the minimum dress requirements as stated in Chapter 7 of EM 385-1-1. 1.7 EQUIPMENT All equipment used to perform work under this contract shall be in good operating and mechanical condition and shall comply with Section 18 of EM 385-1-1. 1.8 WEATHER LIMITATIONS Normal limitations expected, however; Contractor shall schedule work appropriately as unforeseen weather conditions may impact work. 1.9 SUBMITTALS Submittals may be required. 1.10 PREWORK CONFERENCE A pre-work conference will be held at the Texoma Lake office before work is to begin. At this pre-work conference, special site conditions will be addressed as well as any questions pertaining to this contract will be addressed. Also, safety issues will be discussed and any special conditions will be addressed. 1.11 WORK SITE CONDITIONS Contractor shall schedule work appropriately as unforeseen weather conditions may impact work. 1.12 ENVIRONMENTAL CLEANUP The contractor shall maintain a clean work area at all times. The contractor shall be responsible for the protection of the environment and will be required to restore all damaged features to original conditions, prior to work commencement. The contractor shall take care while operating equipment on soil so as not to leave ruts or destroy grass areas. The contractor shall remove and dispose of all debris off Government property in a state approved disposal site unless specified otherwise. The contractor will be required to comply with all Federal and State environmental requirements. 1.13 COORDINATION OF WORK Coordination of work shall be with Assistant Lake Manager Tommy Holder, His office number is 903-465-4990 extension 7810. In the absence of Mr. Holder, Lake Manager Joe Custer will be the secondary point of contact. His office number is 903-465-4990 extension 7814. 1.14 ANTITERRORISM AND OPERATIONS SECURITY REQUIREMTS: The Contractor shall be responsible for ensuring all personnel, to include sub-contractor personnel, comply with the training requirements and procedures identified on the document titled "Antiterrorism/Operations Security Requirements" in Section H, Special Contract Requirements. When items for which training is identified, the Contractor shall ensure that all personnel complete acknowledgement for the specified training; the Contractor is responsible for ensuring all training acknowledgments, when applicable, are submitted to the COR or Contracting Officer within 10 calendar days of contract award (or NTP for construction contracts). In no event shall any contractor or subcontractor personnel be onsite prior to completion of any applicable training and submission of training verification. Training materials and verification forms will be provided by the Contracting Officer upon written request. PART 2 - PRODUCTS 2.1 MATERIALS Two gatehouses will have the same basic design and materials list (West Burns Run Camping and Lakeside gatehouses, one gatehouse (West Burns Run Day Use) will have the same design only for interior counters and cabinets but will exclude repairs of a restroom, water system, and any interior plumbing and wall construction. Contractor shall conduct a site visit to each location to accurately determine conditions and work required. All plumbing work shall be completed by or overseen by a licensed plumber. All electrical shall be completed by a licensed electrician. Electrical • All electrical, wiring, receptacles, switches, photocells and conduit will be replaced as needed to meet NEC requirements. All wire will be copper. • A 100-amp NEMA 4, breaker panel, and all breakers will be replaced. • The chase & restroom areas each will have (1ea, 2) 2' x 2' flush mount LED light fixtures designed for and manufactured for suspended ceilings, 75W equivalent. • Office area will have (3ea, 9) 2' x 4' flush mount LED light fixtures designed for and manufactured for suspended ceilings 75W equivalent. • The exterior will have (3ea, 9) 35W equivalent LED, vandal resistant. • GFI outlet located next to the sink, and Restroom area exhaust fan with 170 CFM speed controlled (control in chase area) will be replaced. • Lighting on the exterior of building will be photocell (1ea, 3) activated; interior will be switch activated • Vinyl face plates (white) Plumbing 4" SCH 40 PVC shall be used for all sewer plumbing. 3/4" PEX waterline shall be used for the primary supply. One-half inch (½") PEX waterline shall be used for all internal plumbing. PEX line shall be sleeved by 1 1/4" SCH 40 PVC with sweeping 90's at the ends when PEX is to be placed under any concrete foundation or pour. 2" SCH 40 PVC will be used for sewer vent pipe. All lines shall be installed according to manufacture's guidelines for installations. Toilets Each toilet shall meet or exceed the specifications for a Kohler Highline® Comfort Height TM toilet. Color shall be white. Trap size shall be 2 inches. Rim height shall be 16.5 inches. Contractor shall provide all necessary parts to install and make toilet functional. Contractor shall also provide a toilet seat that matches in color and shape of toilet. This toilet is offered by Lowe's Home Improvement. Item number is 212690; model number is 11450-0. Toilet shall have rough-in c/l measurement of 12" for the outlet. Bathroom vanity and Fixtures Contractor shall supply complete vanities with all hardware, fittings, and attachments that will define it as usable. Each vanity shall be a 24" 90 degree corner vanity, standard height. Vanity shall have 2 cabinet doors. Vanity shall have all standard hardware. Vanity top shall properly fit the vanity base. Vanity top shall be white with a 4" backsplash and include 3 knockouts for the faucet. This vanity is offered by Lowe's Home Improvement. Item number is 78090; model number is VSBA24.RSW.HW or can be fabricated by contractor. Faucet shall have separate hot and cold handles. Faucet finish shall be solid brass with a chrome finish and shall include pop-up for drain stop. Counter tops • Front counter that runs the width of the gatehouse- Counter tops shall be 3/4" thick cabinet grade plywood with Formica top, color to be specified, with a depth of 24" and a 4" back-splash. Back-splash may need to be notched to allow for windows. • Front counters under sliding windows - Counter tops shall be 3/4" thick cabinet grade plywood with Formica top, color to be specified. Depth shall be 16". Back-splash will not be used here because of full length windows. • Welcome counter and flip-door- 3/4" thick cabinet grade plywood with Formica top, color to be specified, with a depth of 24". Back-splash will not be used here because of orientation in room. Welcome counter Counter shall be constructed of standard building materials utilizing accepted cabinet building techniques. All plywood will be cabinet grade. A single ¾" wood shelf measuring the length and width of the counter shall be 27" from floor height. Backside of counter shall have 3 sets of cabinet doors and all associated hardware. Cabinet doors shall be solid wood and have the color of light oak. Door widths will be determined by length of welcome counter. Counter top will be 3/4" thick cabinet grade plywood with Formica top, color to be specified. Counter shall be 24" in depth (front to back). Walls Interior of Exterior • Framing Lumber shall be No.2 or better 2" x 4" stud grade pine. • Ceiling and wall Insulation shall be Dow R5 Faced Polystyrene Foam Board Insulation (Common: 1.5-in x 8-ft x 4-ft; Actual: 1.437-in x 7.937-ft x 3.875-ft), or equal • Concrete fasteners shall be nail type Mechanical Galvanized (Silver) and meet: ASTM b695 spec., Type 1 Class 12 requirements. • ½" Sheet rock • 2' x 2' flush mount florescent light fixtures designed for and manufactured for suspended ceilings. • Armstrong 24" x 48" Esprit Fiberglass Contractor Suspended Ceiling Panel Model: 403A or equal. • Armstrong Metallaire White Suspended Ceiling Grid Kit Model: 5400GWH or equal. • These walls shall have a Dry Wall mud splatter texture applied and painted a neutral color that will be determined at time of pre-work meeting. Walls and Doors Interior walls that are to be constructed within the gatehouse shall by typical 2" x 4" stud walls, wood construction with ½" sheet rock placed on both sides. Walls shall be insulated with standard R12 bat insulation. Walls shall extend from floor to the ceiling, leaving no gaps or voids. All holes, depressions, joints shall be taped and bedded. The interior and exterior of these walls shall have a Dry Wall mud splatter texture applied and painted a neutral color that will be determined at time of pre-work meeting. Walls shall be framed to accommodate a 28" door. See drawing for orientation. A typical interior 28" door shall be furnished with standard hardware. Door knob shall be lockable with keyed access. Door jamb shall be finished with standard trim material, interior and exterior. Steel Doors The door will be a flush panel type 1-3/4" thick, minimum 16 gauge galvanized steel, primed and painted to match existing paint scheme. The door will be a 3068. Window placed in the top half of the door. The window glass shall be shatter proof. Doors will include blinds mounted to the interior side of the door to cover the full door window. All measurements shall be done by contractor on site to ensure correct orders. Door Hinges Door hinges will be 3 per door with dull chrome plating 4-1/2"x4-1/2", adjustable tension, and include an automatic-closer. Lockset • Lockset will meet ANSI A1 56.2 Series 4000, Grade 1 Schlage D70PD 626 cylindrical lockset for exterior door or equivalent. • Lever handles both inside and out. • Either handle operates latch unless outside handle is locked by inside pushbutton. • Push-button will automatically release when inside lever handle is turned or door is closed. • Inside lever is always active. • U.S. 26D finish. • There shall not be an exterior emergency slot. The door lockset shall not be designed to be opened from the exterior by any other means than a key. Door Sweep A door sweep will be provided at the bottom of door and will be an adjustable brush type. Heat and Air-conditioning All supplies and materials to reinstall 3 Comfort Air Split type Heat, and Air units, including but not limited to refrigerant, refrigerant lines, and hard wiring. Windows All 3 gate houses shall have new windows to be installed and any existing windows to be removed and replaced with new matching windows. They shall be made with Low-E and low tint materials. Each gate house comprises of 2-solid pain glass for front building and two sliding. The sliding windows will comprise of 1 left opening and one right opening. All windows will have blinds mounted in the interior of the gatehouse to cover the full window opening. All measurements shall be done by contractor on site to ensure correct orders. Any questions on window locations for installation shall be run through COR. Flooring Laminate flooring shall be installed throughout all 3 gate houses, Style shown below. Style Selections 8.07-in W x 3.97-ft L Natural Maple Smooth Laminate Wood Planks, or equal. Baseboards Baseboards shall be installed throughout all 3 gate houses, Style shown below. FLEXCO 2.5-in W x 120-ft L Bark Vinyl Standard Wall Base 2.2 DELIVERY AND STORAGE All materials shall be delivered to the site undamaged. Materials that are damaged during the delivery, improper storage, improper construction, or manufacture's defect shall be replaced at no cost to the government. 2.3 GOVERNMENT FURNISHED PROPERTY AC units PART 3 - EXECUTION 3.1 ACCOMPLISHMENT OF WORK The contractor shall furnish all materials, equipment and labor necessary to execute this contract on all interior Gatehouse repairs as listed. All plumbing work shall be completed by or overseen by a licensed plumber. All electrical shall be completed by a licensed electrician. All gatehouses will have the same basic design and materials list (Lakeside and West Burns Run Camping), 3.1.1 Gatehouses Repairs for Lakeside, West Burns Run Campground and West Burns Run Day use : Repairs will be in 3 gatehouses located as follows: one in West Burns Camping Area, one in West Burns Day Use Area (no Restroom or restroom walls on this one), and one in Lakeside Camping Area, all at Texoma Lake. The contractor is responsible for returning all building electrical to a serviceable condition. Two interior walls shall be constructed (replaced) for the restroom area. Walls shall be typical interior wall 2" x 4" construction with ½" sheetrock on both sides. Walls shall be insulated with R-12 bat insulation. A standard 28" interior door, frame, trim and associated hardware shall be set into one wall. Door will open to the interior of the building. (See drawing). Contactor will supply and install restroom vanity and toilet. A welcome counter shall be constructed of standard building materials utilizing accepted cabinet building techniques. Top of counter shall be 42" from floor surface. All plywood will be cabinet grade. A single ¾" wood shelf measuring the length and width of the counter shall be 27" from floor height. Backside of counter shall have 3 sets of cabinet doors and all associated hardware. Cabinet doors shall be solid wood and have the color of light oak. Door widths will be determined by length of welcome counter. Welcome counter shall be constructed with a 30" walk-through "flip up" panel (door) on the indicated side. The door shall be of the same building materials as the top of the welcome counter. The door shall be mounted to the wall of the gatehouse by durable hinges and mounting hardware. When the door is laid down, the top surface shall be flush with the top surface of the welcome counter. A desk counter will be constructed at the front of the gatehouse. Desk counter will have 3 sides. The front desk counter will be 24" in depth and secured to the gatehouse at a height of 29" from the floor spanning the length of the front wall. The backsplash of the desk counter may need to be notched to accommodate windows. Two side desk counters shall join the front counter and run parallel with the gatehouse walls. These 2 side desk counters will be 16" in depth, mounted 29" from the floor and are 36" long. The point where the side counters meet and attached to the front counter shall be a level and smooth transition. The desk counters shall be firmly secured to the gatehouse by appropriate hardware and fasteners. Re-installation of insulated interior of exterior walls/ceiling, restroom interior walls/ doors, insulated suspended ceiling, counter tops, bathroom vanity, electrical, plumbing, in 3 gatehouses located as follows: one in West Burns Camping Area, one in West Burns Day Use Area and one in Lakeside Camping Area, all at Texoma Lake. AN EXAMPLE OF A COMPLETED BUILDING CAN BE SEEN AT JUNIPER POINT EAST CAMPGROUND, LAKE TEXOMA. This building has had a suspended ceiling and interior walls installed and are a good example of a finished product. The framing material shall be 1 ½" x 1 ¾" No.2 or better pine sufficiently attached to the walls with concrete nails. The walls shall be insulated with 1 ½" of foil backed foam insulation. The electrical receptacles and light switch boxes shall be flush with the finished wall, and new white vinyl faceplates installed. All constructed interior walls shall be covered with ½" texture finished sheetrock and painted white. The restroom area in the West Burns Day Use gatehouse will not require a restroom area with interior wall construction, vanity, or plumbing of fixtures. A suspended ceiling with four (4) 2' x 4' flush mount LED light fixtures designed for suspended ceilings shall be installed in the gatehouses. The light fixtures shall be wired into the switches. Drawings are supplied for assistance of figuring materials at the end of this document. A site visit is highly recommended before bidding on this task order. 3 Comfort Air split type heat and air units 2 models A-DVC24SD-1, and 1 model A-DVC12SD-0, Shall be reinstalled in the gatehouse buildings. The original mounting brackets will be reused, but contractor will need to supply the bolts, also the contractor will need to supply the refrigerant lines and hard wiring for each unit. The contractor shall re charge the units with refrigerant, service and clean, and perform an operational check on each unit. All electrical, plumbing and HVAC shall be installed below the ceiling insulation. 3.2 TESTING All utilities shall be tested to insure no leaks, proper pressures, proper drainage and that all installation of plumbing and electric items were installed to all applicable national, state and local safety codes. 3.3 WARRANTY Contractor warrant's that all installation of utilities was performed by licensed professionals. 3.4 INSPECTION Final work shall be inspected for workmanship, conformance with requirements and standards as well as appearance and worksite cleanup at each location. The contractor shall advise the Lake Manager of schedule for completion of work at each location so that an inspection can be made in a timely manner.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-16-T-0019/listing.html)
- Place of Performance
- Address: Texoma Lake, Compound Denison, Bryan County, Oklahoma 903-465-4990, denison, Texas, 75020, United States
- Zip Code: 75020
- Zip Code: 75020
- Record
- SN04001874-W 20160129/160127233950-902320fe892ecff1e9443d81a9952535 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |