United States - Pole Barn Expansion

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
26 June 2019
Opportunity publication date
30 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 29, 2019 2:19 pm

SCOPE OF WORK
SITE VISIT: You are encouraged to attend a site visit between 1000 and 1100 on 07 Jun 2019.
These specifications cover a new addition to the existing Pole Barn as a Base Quote and Equipment Storage as an
Option Quote. The location of work is at Brookville Lake Project Office/Visitor Center:
Brookville Lake, USACE
10064 Overlook Road
Brookville, Indiana 47012
The Contractor shall furnish all personnel, equipment, supplies and materials necessary for the additions to the
existing Pole Barn & Equipment Storage Option, if exercised. Prices should include mobilization or activation of a
contractor's physical and manpower resources for transfer to a construction site until the completion of the contract
as well as the demobilization (i.e.: fuel, labor, materials, and equipment to complete the job). It is the Contractor's
responsibility to take measurements and calculate/estimate the dimensions of the work site in preparation of their
quote. It is the Contractor's responsibility to make note of existing electrical work, fuel oil lines, water and sewer
lines, nearby equipment and machinery, etc. to facilitate the new installation and return the area to near its original
condition. All materials will be installed to manufacturer specifications. The Contractor will supply any applicable
accessories and equipment including any literature. All materials removed from the government property shall be
disposed of in accordance with state, local, and federal laws. The contractor's work and responsibility shall include
all planning, programming, administration, management, supervision, communications, and inspections necessary to
assure that all performance is conducted in accordance with the contract requirements and all applicable Federal,
State, and Local laws and regulations. The Prime Contractor is required to attend an on-site pre-work meeting to be
scheduled within ten calendar days of Notice to Proceed or Award (determined by bonding requirement). The areas
where the work will take place is only accessible during weekday business hours.
BASE QUOTE:
The intention of this contract is for the contractor to build an addition onto the existing Pole Barn.
GENERAL DESCRIPTION:
The Contractor shall build an addition onto the existing Pole Barn. The new addition shall be approximately 30' X
30'.
FOUNDATION. The Contractor will install a temporary security fence and remove the existing chain link fence,
pavement and any necessary soil to prepare for a concrete slab. Excavation shall be completed to obtain a finished
grade to match adjacent finished concrete floor height. The top of the concrete slab will be the grade for the
excavation on the outer perimeter of building. The footer/footing will be minimum of 36'' deep (frost line) below
slab grade and 20" wide by 8" thick. A poured 8" concrete wall will be installed to a height so that the finished 4"
slab will be level with the existing concrete floor. Contractor is responsible for bringing in fill material and
compaction of all added fill material. Fill material shall be compacted limestone gravel or compactable gravel. A
minimum 4" thick steel reinforced concrete slab with vapor barrier will be level and adjacent to the existing
building. The wall will have 2" vertical insulation and 2" horizontal insulation extending no less than 4' around the
entire perimeter. Concrete will have crack control strips installed and finish will be a steel trowel smooth finish.
The exterior of the foundation shall have a concrete broom finished slope matching the existing Pole Barn to shed
water off of the asphalt.
Extra care will be taken while installing drywall and painting to ensure no staining will occur on the finished
concrete.
W912QR19T0073
Page 6 of 75
FRAMING. Framing will be a 2"x6" stick framed building, design per Indiana building codes. The wall adjacent to
pole barn may be 2"x4" construction. Use only stainless or galvanized hardware when framing. Walls shall match
the existing structure of approximately 12 feet from concrete slab to bottom of truss. Vapor barrier will be installed
on all exterior walls before the siding. Continuous fibrous cement board (no cuts) will be used for the exterior walls.
Siding on the gable ends shall overlap to prevent the need for a band board. Approved headers will be installed
above all doors and windows. Contractor shall install four 36"x60" Low-E windows, one 36" x 80" insulated steel
personnel door with lockset and deadbolt to match existing keys. Brookville Lake maintenance staff will direct
where openings will be. Ceiling shall be 9' tall with 2x2 drop ceiling panels and r38 batt insulation. Exterior walls
will have R-19 batt insulation and interior will have R-15. A firewall construction will be used against the existing
wall with a 1 hour rating according to local building and fire codes. Interior walls will be finished 1\2" drywall and
painted. Paint color will be determined by Park Manager.
TRIM. All openings inside and out will be trimmed to include interior baseboard. Material and style will match
exterior of building and current maintenance office. Concrete siding will match in length and style. The exterior of
the building will be painted cedar to match and interior will be natural cedar wood trim.
ROOFING. Roof system will match the existing standing seam roof exactly. The contractor will install 30#
underlayment, ice\water membrane, minimum 26 gauge steel UL approved panels and any necessary trim according
to manufacturers' specifications. Ice and water membrane will be installed on eaves, rakes and valleys with the
proper overlap recommended by the manufacturer to ensure the manufacturers' waterproof guarantee. A hidden
fastener roofing system will be used with a minimum 1" rib continuous with no seams or joints. A sealing tape will
be used where any two metal surfaces meet or where an exposed fastener must be used. Screws with neoprene
washers shall be used. Roofing materials must match and seamlessly tie into existing steel roof (site visit is strongly
recommended). All flashing and trim must match the metal roof system. Closure strips will be installed to prevent
rain and snow from entering the ridge. A urethane MP1 or equivalent caulking will be used where necessary. The
trusses and pitch will be made of 2"x6" material set 4' on center and match existing pole barn with 24" over hang on
the eave end and 24" over hang on the gable ends. The engineered trusses shall sit deep in a saddle for double
strength against wind shear and be placed 24" on center with ½" OSB sheathing applied. Design and fabricate
trusses and connections to withstand snow load of 20 PSF and wind loads of 90 MPH. Purlins shall be a minimum
of 2"x4" on no more than 24 inch centers. Building shall be completely trimmed with vinyl soffit, aluminum J
channel and fascia. Continuous gutter and downspouts will match and be placed on both sides of the building.
Color matching stainless steel clamp on ice/snow guards will be placed on both sides of building on every joint.
ELECTRICAL. All electrical connections will be made in the existing 100amp service located in the adjacent
room. Eight dimmable 2'x4' recessed trough led strip light fixtures will be installed. Twelve outlets and an
exterior dusk till dawn entry light will be installed over entry door with a led emergency light on interior. One
smoke detector, security keypad and motion detector will be moved from the adjacent rooms to the new addition.
One new door contact will be installed over the new entrance door.
DATA.
1. Provide and install one Wall Mount Rack Enclosure Cabinet providing 9U of 19 inch rack equipment up to
16.5 in deep in a location to be coordinated with the Park Manager or Maintenance Chief. Enclosure shall
be provided with locking, reversible front door and locking, removable side panels. Enclosure shall contain
sufficient hardware to mount 9U worth of equipment to include screws, washers, and nuts. Keys for doors
and side panels shall be provided to project staff. Enclosure shall be installed per manufacturer's
recommendations and be capable of supporting at least 200 lbs. Enclosure shall have vented top and
bottom panels with cable cutouts.
2. Provide and install in Rack Enclosure Cabinet the following accessories:
a. 1U Rack-mountable power distribution unit (PDU) designed to be mounted in 19 inch
rack providing a minimum of 6 outlets (NEMA 5-15R). PDU shall have a built in circuit
breaker.
b. 1U fixed shelf providing a minimum of 12 inches in depth.
c. 1U Rack Mount Fiber Optic Splice Box/Tray with a minimum of 12 duplex LC
connectors for multi-mode fiber.
W912QR19T0073
Page 7 of 75
d. 1U 24 port CAT6 RJ-45 patch panel with ports clearly numbered on front and back.
Patch panel will use 8-position, 8-contact (8P8C) modular jacks, with rear mounted 110-
type IDC terminations, category rated for the Unshielded Twisted Pair (UTP) system
being installed. Provide T568A jack pin/pair configuration per TIA-568-C.0.
3. Provide and install five new double gang electrical boxes for network connections designed for recess
mounting with the faceplate flush with the wall surface, at the same height as the electrical outlets.
Locations of each box shall be coordinated with the Project Manager or Maintenance Chief. Provide and
install single gang, four position, and modular faceplates for each work area outlet.
4. Provide, install, and terminate two new CAT6 unshielded twisted pair (UTP) cable from the installed 24
port patch panel to standard 8-pin modular jacks in each of the five new work area outlets. Use only cable
that has passed the UL LAN certification program and is labeled with UL acceptable markings. Use
unkeyed Category 6 modular jacks in accordance with TIA-568-C.0 terminated per T568A configuration.
Cables shall be marked at both ends with their unique identifier.
5. Provide and install a minimum of 12 strand, 50 micron multi-mode fiber optic cable from the primary
network location in the Visitor Center/Main Office to the new wall mount rack enclosure. One option may
be through existing buried conduit however coordination will need to occur with the Park Manager or
Maintenance Chief. If any other installation methods are chosen, cable requirements and installation
methods must conform to Unified Facility Guide Specification Section 27.21.10.00.40 "Fiber Optic Data
Transmission System", Section 2.5.2 Exterior Cable.
6. Provide and install 1U Rack Mount Fiber Optic Splice Box/Tray with a minimum of 12 duplex LC
connectors for multi-mode fiber in the Visitor Center telecommunications rack.
7. Terminate new multi-mode cabling at each end, on rack mounted patch panels with LC type connectors.
Provide fiber optic adapters and connectors in accordance with the appropriate TIA-604 Fiber Optic
Connector Intermateability Standard (FOCIS).
HVAC. A new ductless mini split heat pump will be installed capable of efficiently heating and cooling the new
addition. The heating system will have a high wall fan coil installed and be installed according to manufacturer's
specifications.
OPTION QUOTE: EQUIPMENT STORAGE
GENERAL DESCRIPTION. These specifications cover constructing a minimum 32' wide x 30' deep (outside
finished dimensions) equipment storage addition. The open end will be facing the parking lot. Storage addition
will have the rear wall (south) and the side wall (west) finished as specified below. The east end of addition will tie
into existing building seamlessly. The north side of building will remain as an open bay supported by an engineered
steel beam and steel columns at ends only, to keep opening of bay clear of obstructions. The Contractor will be
responsible for engineering. Front opening height and width finished dimensions will be designed to allow for the
largest opening as possible. The rear and west wall will be pole barn construction. The Contractor will install a
temporary security fence and remove and dispose of the existing chain link fence during construction.
ROOFING. Roof system will match the existing standing seam roof exactly. The Contractor will install 30#
underlayment, ice\water membrane, minimum 26 gauge steel UL approved panels and any necessary trim according
to manufacturers' specifications. Ice and water membrane will be installed on eaves, rakes and valleys with the
proper overlap recommended by the manufacturer to ensure the manufacturers' waterproof guarantee. A hidden
fastener roofing system will be used with a minimum 1" rib continuous with no seams or joints. A sealing tape will
be used where any two metal surfaces meet or where an exposed fastener must be used. Screws with neoprene
washers shall be used. Roofing materials must match and seamlessly tie into existing steel roof (site visit is strongly
recommended). All flashing and trim must match the metal roof system. Closure strips will be installed to prevent
rain and snow from entering the ridge. A urethane MP1 or equivalent caulking will be used where necessary. The
trusses and pitch will be made of 2"x6" material set 4' on center and match existing pole barn with 24" over hang on
W912QR19T0073
Page 8 of 75
the eave end and 24" over hang on the gable ends. The engineered trusses shall sit deep in a saddle for double
strength against wind shear and be placed 24" on center with ½" OSB sheathing applied. Design and fabricate
trusses and connections to withstand snow load of 20 PSF and wind loads of 90 MPH. Purlins shall be a minimum
of 2"x4" on no more than 24 inch centers. Building shall be completely trimmed with vinyl soffit, aluminum J
channel and fascia. Continuous gutter and downspouts will match and be placed on both sides of the building.
Color matching stainless steel clamp on ice/snow guards will be placed on both sides of building on every joint.
CONSTRUCTION. Install 24"x 48" concrete piers 8' on center by cutting and removing asphalt only where
necessary to provide room for the piers. Piers will be above finished grade and post will be bolted to the top, to
prevent wood from coming in contact with soil. Repair any damaged areas to equal or better than when work began.
Pressure treated 6"x6" posts spaced 8' on center will be used and engineered galvanized steel columns supporting an
engineered header will be placed in north opening. Columns may be bolted with a saddle or welded to the structural
beam. Addition will be post and beam framed, with 1\2" OSB installed on exterior with a vapor barrier. Any lumber
that comes into contact with the ground, concrete, or exposed to weather will be treated lumber.
TRIM. All openings will be trimmed. Material and style will match exterior of building and current maintenance
office. Continuous fibrous cement board (no cuts) will be used for the exterior walls. Siding on the gable ends shall
overlap to prevent the need for a band board. The exterior of the building will be painted to match. All materials
will be installed following the manufacturers specifications.
All work is to be completed within 60 working days after the contract is awarded.
All work will be done during daylight hours between 0700 - 1600 Monday thru Friday (ET). work on weekends or
federal holidays will not be permitted unless approved by the Park Manager in advance. Work will be scheduled and
coordinated with the Park Manager to eliminate or minimize the impact of closure or restricted access caused by the
Contractor's work on the general public.
2019 Holiday Schedule
Date Holiday
Tuesday, January 1 New Year's Day
Monday, January 21 Birthday of Martin Luther King, Jr.
Monday, February 18 Washington's Birthday
Monday, May 27 Memorial Day
Thursday, July 4 Independence Day
Monday, September 2 Labor Day
Monday, October 14 Columbus Day
Monday, November 11 Veterans Day
Thursday, November 28 Thanksgiving Day
Wednesday, December 25 Christmas Day
The Government is not responsible for providing storage areas or facilities for the storage of Contractor supplies,
materials, and equipment.
If completed work does not conform to contract requirements, the Government may require the Contractor correct
the deficient performance to bring them into conformity with the requirements. Correction of deficient performance
shall not entitle the Contractor to an increase of the unit price contained in the awarded contract. If the Contractor
fails to promptly correct unsatisfactory work or fails to take necessary action to ensure future work is in compliance
with the contract requirements, the Government may proceed with any rights or remedies detailed within the
contract clauses and terms. The Government reserves the right to delay or stop work as needed to accommodate
higher priorities. Time allowed for repairs and installation will be adjusted accordingly.
W912QR19T0073
Page 9 of 75
Warranty:
The contractor shall provide a one year written warranty for all work performed under this contract.
Property Damage:
The contractor shall use reasonable care to avoid damaging existing buildings, equipment, facilities, and structures
during the performance of the specified work. If the Contractor, Contractor employees, or persons acting on behalf
of the Contractor fail to use reasonable care and Government property is damaged, the contractor shall repair or
replace the damaged property at no expense to the Government. Property damage caused by the Contractor or
persons/employees acting on behalf of the Contractor shall be reported to the Contracting Specialist and the Park
Manager on the day of occurrence or on the first working day following the occurrence.
Insurance:
The contractor shall, at their own expense, provide to the Park Manager and maintain during the entire performance
of this contract the following: Insurance Type - General Liability (Bodily Injury and Property Damage Combined)
Minimum Amounts of Liability $1,000,000. Each Occurrence $1,000,000 Aggregate. The contractor is required to
provide a Certificate of Insurance to the Park Manager at the time of the pre-work conference.
Safety Requirements:
Performance of all work shall assure complete safety to public visitors, Government employees, Contractor
employees, and all other persons in the area. The Contractor shall comply with any pertinent requirements contained
in the Corps of Engineers Safety Manual (EM 385-1-1), current at the time of award. Furthermore, the Contractor
shall comply with pertinent occupational safety and health standards as required by the Occupational Safety and
Health Administration (OSHA). The complete safety manual with appendices can be reviewed at the following
Internet address:
http://www.usace.army.mil/SafetyandOccupationalHealth/SafetyandHealthRequirementsManual.aspx .
The Contractor shall provide Contractor personnel with any personal protective apparel and equipment required by
the Safety Manual (EM 385-1-1) and, as necessary, eliminate or minimize hazards to personnel. As a minimum,
each employee shall wear a hard hat, shirt (with sleeves), long trousers, fall protection harness with lanyard if
required and protective shoes/boots during all contract work. Contractor employees shall utilize other safety
equipment such as: hearing protection devices, work gloves, or protective glasses/goggles whenever required by the
safety manual.
Before the Pre-work conference, the Contractor will be responsible to provide an approved Accident Prevention
Plan, Activity Hazard Analysis, and information about any scaffolding systems or aerial lifting devices to be used
including model number, height, weight and capacity of lift. All scaffolding systems and aerial lifting devices must
be in compliance with the Safety Manual (EM 385-1-1). The contractor is required to attend a Pre-work conference,
to be scheduled by the Park Manager, within 10 calendar days after award of the contract.
Security Requirements:
Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures
using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening
Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation, facility and area commander
installation/facility access and local security policies and procedures (provided by government representative, as
NCIC and TSDB are available), or, at OCONUS locations, in accordance with status of forces agreements and other
theater regulations. Work should commence within 21 calendar days of receipt of notice to proceed. Work will be
completed within 45 calendar days of notice to proceed. All work will be completed as scheduled.
W912QR19T0073
Page 10 of 75
The contractor and all associated sub-contractors shall receive a brief/training (provided by the RA) on the local
suspicious activity reporting program. This locally developed training will be used to inform employees of the types
of behavior to watch for and instruct employees to report suspicious activity to the Park Manager, security
representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award
and within 30 calendar days of new employees commencing performance with the results reported to the Park
Manager NLT 5 calendar days after the completion of the training.
The Contractor must pre-screen candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to
meet the established employment eligibility requirements. The Vendor must ensure that the candidate has two valid
forms of Government issued identification prior to enrollment to ensure the correct information is entered into the Everify
system. An initial list of verified/eligible candidates must be provided to the Park Manager no later than 3
business days after the initial contract award.
Invoice Requirements:
Contractor Invoice: The Contractor will provide an invoice upon the completion of the installation work that
includes the following information:
 Contractor's name and address
 Contract Number
 Invoice number and date
 Itemized listing of work performed
 An invoice contact person
 Signature of Contractor or Contractor's representative
 Shall be addressed to:
Brookville Lake, U.S. Army Corps of Engineers
Attn: Stephanie Ison
10064 Overlook Road
Brookville, Indiana 47012
Or emailed to:
Stephanie.A.Ison@usace.army.mil

Opportunity closing date
26 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army USACE District, Louisville United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?