Attachment 3 Statement of Work Statement PROJECT NUMBER MA DIRECTORATE OF PUBLIC WORKS FORT BRAGG, NORTH CAROLINA

Similar documents
ITB-DOT-17/ ER EXHIBIT A Scope of Work Remodeling of the Restrooms at Fort Myers Operations Center

TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS OFFICE OF COLONIA INITIATIVES TEXAS BOOTSTRAP LOAN PROGRAM. Form 15 Work Write-Up

ADDENDUM NO. 1. TO SCOPE OF WORK: Section 0220, Form 01004/5

Vacant Unit Turnover Services Invitation for Bid (IFB) Project No

Kelly Village Apartments 3118 Green Houston, Texas 77020

DIVISION 02 SELECTIVE DEMOLITION

SAN DIEGO STATE UNIVERSITY PACIFIC CORNERSTONE ARCHITECTS TENOCHCA HALL PROJECT NO FAN COIL UNITS, RESTROOM AND FINISH RENOVATION

STATEMENT OF WORK (SOW)

Proposal. Lexington, MA. Price Work Description

PHASE I ACADEMIC BUILDING CORE RENOVATIONS RCNJ Project No C

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

COMMUNITY ACTION CHIP LEAD PROGRAM Bids due to Community Action ATTN: BERNADETTE JOHNSON 175 Main St. Battle Creek, MI 49014

All proposals will be evaluated by a district committee. The following criteria/weighting will be used to evaluate each proposal:

RENOVATIONS SIMPLE FORM FOR APARTMENT ALTERATIONS

Gramercy Place Condo Association, Inc.

SECTION ALTERATION PROJECT PROCEDURES

C. Type of Selective Demolition Work: Demolition requires the selective removal and subsequent off-site disposal of:

Rental Inspection Checklist

LANSING HOUSING COMMISSION NOTICE OF REQUEST FOR PROPOSALS RFP No

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

1. Before selective demolition, Owner will remove the following items:

ELLICOTTVILLE ENGINEERING DEPARTMENT 17 Mill St. Ellicottville, New York Phone: (716) Fax: (716) PROJECT SCOPE OF WORK

FORM FOOTWALL. FORM FOOTWALL (floating) (floating) Installation Manual

Interior Remodeling Proposal

Lost Canyon II LLC EXHIBIT B SCOPE OF WORK DESIGNATED TASK STUCCO

OF WORK SCOPE. (a) The contractor shall bid to furnish the following: labor, licenses, material, and equipment.

MUNSON HEALTHCARE MANISTEE HOSPITAL JOB DESCRIPTION

BID SPECIFICATIONS FOR CLEANING & MAINTENANCE SERVICES FOR CITY OF ZION

INSTALLATION MANUAL. FOOTWALL/SINKWALL (floor mount)

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

REQUEST FOR PROPOSAL RFP# FOR JANITORIAL MAINTENANCE SERVICES (Proposals will not be opened and read publicly)

Lake County Housing Authority North U.S. Highway 45 Grayslake, IL 60030

Qualifying Process for Handyman Online Qualifying Questions. Name: Street Address: City: State: Zip Code. Home Phone: Cell Phone: Address:

Homeowner s Guide for Hiring a Professional Remodeler

LANSING HOUSING COMMISSION NOTICE OF REQUEST FOR PROPOSALS RFP No. 1-AMP Christopher Christopher Repair

Addendum #1. January 22, 2018

SECTION GENERAL REQUIREMENTS

Accessible Toilet and Bathing Rooms

ATTACHMENT A. Bid # 6793

SCOPE OF WORK. INVITATION FOR BID No AND 2017 CAPITAL FUNDS WORK ITEMS

SERVPRO OF SAGINAW TAX I.D. # FRANCHISE # N

Request for Proposal # 1703 Water Damage Repair of Murray Mansion

TRIAD ENGINEERING CONSULTANTS, INC.

CITY OF ANDERSON BUILDING AND CODES 601 South Main Street

EXHIBIT B TO AGREEMENT BETWEEN PENSACOLA HABITAT FOR HUMANITY AND SUBCONTRACTOR. Scope of Work. Plumbing. Division 055 Plumbing Rough

(August 2015) UNIFIED FACILITIES GUIDE SPECIFICATIONS **************************************************************************

The Devil is in the Details Renovating Your Bathroom

SECTION 2 DIVISION 01C DESIGN SERVICES PROJECT GUIDELINES (INFORMAL)

Schendt Engineering Corporation 2912 Beacon Street (719)

SPECIFICATIONS JANITORIAL SERVICES

Walnut Creek Mutual Seventy

Integrated Pest Management Program Contract Guide Specification Revision -

Richmond Hill Primary Renovation SECTION SELECTIVE DEMOLITION

SEMINOLE TRIBE OF FLORIDA

Lost Canyon II LLC EXHIBIT B SCOPE OF WORK DESIGNATED TASK FLATWORK

Unit Modification Requirements Quick Guide

--*6 S CONSTRUCTION GROUP, INC SW 87 Avenue Miami, FL Phone:

Gainesville Regional Transit System Facilities and Equipment MAINTENANCE PLAN

Lake County Housing Authority North U.S. Highway 45 Grayslake, IL 60030

DIVISION 2- EXISTING CONDITIONS

A. The extent of Selective Demolition Work is that Work necessary, and required to facilitate the new construction indicated.

DALLAS-FORT WORTH INTERNATIONAL AIRPORT

Work Write Up / Specification of Repairs HUD DIVISION 1. MASONRY HUD DIVISION 2. SIDING. Toll Free

New Home Warranty Handbook

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

REVISED MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT. Addendum No. 1. May 9, 2018 HUMANITIES SOCIAL SCIENCES BUILDING 26 RESTROOM REMODEL Bid No.

Administrative and Non-classroom inspection areas. (A) Inspection of the auditoriums and student dining areas shall include the following:

SECTION ASBESTOS CONTAINING MATERIALS REMEDIATION

OFFICE Space STANDARD SPECS Page 1

INSTALLATION MANUAL SURFACE-MOUNTED HEADWALL

General Summary. inspectorroy.com Lake Austin Blvd #10104 Austin, TX Customer Jason Woosley

Estimate Form for Bathroom Design and Installation

OWNER S REPONSIBILITIES AND PREPARATION INSTRUCTIONS. Schedule "C"

A. References in the General Conditions to A/E refer to the firm of;

ACCESSIBLE REST ROOM Code Requirements

SEND ALL PROPOSALS DIRECTLY TO THE ADDRESS SHOWN BELOW.

Inspection Report. Property Address:

Texas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017

NORMAL HILLS BUILDING 8 COSMESTIC UPGRADES PROJECT

NORMAL HILLS BUILDING 6 COSMESTIC UPGRADES PROJECT

NOTICE TO BIDDERS. Bids will be publicly opened and read aloud at approximately 2:15pm in the Saugatuck-Douglas District Library.

Kitchen Remodel Estimator. Contact Info: Project Summary: Design. Demo

B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner.

ADDENDUM #1 TO ALL PROSPECTIVE BIDDERS: SUBJECT: IFB # \ Science Labs Conversions Luther Jackson Middle School, Falls Church, VA

MEB AV TRAINING CENTER PROJECT MANUAL

SUMMARY 1234 Main St.Loudon TN Buyer Name 08/28/2018 9:00AM

CITY OF RICHMOND PINE CAMP COMMUNITY CENTER ROOF REPLACEMENT PROJECT RCS PROJECT NO

11/1/2016. Smoke detectors will be furnished by MHA and installed by contractor.

Delta Gamma Sorority Renovation Budget Scope 3/7/2018

COMMUNITY ACTION CHIP LEAD PROGRAM Bids due to Community Action ATTN: BERNADETTE JOHNSON 175 Main St. Battle Creek, MI 49014

Electrical & designer allowance

SECTION QUARRY TILE

PHYSICAL EDUCATION September 30, 2010

Gerald Desmond Bridge Replacement

U. S. COAST GUARD TRACEN YORKTOWN YORKTOWN, VIRGINIA

SECTION SELECTIVE DEMOLITION

ADDENDUM NO 1 Issued November 21, 2017

Union County Vocational - Technical Schools Scotch Plains, New Jersey

Item # 1: Attached are the revised Table of Contents and Specifications added: Section Cabinets and Vanities

ADDENDUM NO. 1 CITY OF FREDERICK PURCHASING DEPARTMENT 111 Airport Drive East Frederick, MD (301)

Transcription:

Request for Task Order Proposal Number: Attachment 3 Statement of Work Statement PROJECT NUMBER MA-00006-15 DIRECTORATE OF PUBLIC WORKS FORT BRAGG, NORTH CAROLINA PROJECT TITLE: Restore one Men s and one Women s Latrine to include removing and replacing all toilet partitions, toilets, urinals, and sinks in Building D-2719. WORK SCHEDULE: The Contractor shall begin work no later than (NLT) 5 days after notice to proceed (NTP) and complete the project NLT 120 days thereafter. 1.0. The Contractor shall furnish all labor, equipment, transportation, and materials necessary to accomplish the required work for DPW Project Number MA-00006-15; at Building D-2719, located on Fort Bragg, North Carolina. 1.0.1 Restore men and women s latrines per scope of work. 1.1. The contractor shall furnish all supervision and labor necessary to perform construction services outlined in the SOW. All contractor employees shall be able to read, speak and write in English. The contractor may not hire off duty Government Quality Assurance Evaluators (QAE) or any other person whose employment would result in a conflict with the Department of the Army (DA) Standards of Ethical Conduct Rules. Any personnel appearing to be under the influence of alcohol or drugs or using abusive language shall be replaced with qualified personnel for completion of services being performed. 1.2. All work performed under this contract shall be completed by contractor personnel (or subcontractors) who are fully trained in the tasks required in the SOW. Such workers shall not receive on the job training. The contractor shall be responsible for the conduct of their employees performing under this contractor. This project will not require the contractor or his personnel to need access to classified areas or materials. 1.3. Contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges that contain the company name and employee name. Personnel shall not wear garments with language that may be offensive to anyone. Contractor personnel shall not wear outer garments that are torn and allow undergarments to show. 1.4. WORK SCHEDULE: This requirement has a performance period of 120 calendar days. All project materials need to be received and on hand prior to starting demolition as to minimize disruption to office personnel. The Contractor is required to begin work within five (5) calendar days of issuance of the Notice to Proceed (NTP). The NTP shall not be issued until applicable bonds are submitted and certified for legal sufficiency. The Contractor shall perform work in accordance with these specifications. All work is subject to the terms and conditions of this contract. Work is to be scheduled and accomplished as to provide a minimum of disruption to the mission of the unit. In the event the awardee identifies a longer lead time for the receipt of materials, the Contractor shall notify Contracting Officer in writing. Page 10 of 19

Request for Task Order Proposal Number: 1.5. LIQUIDATED DAMAGES: $135 per day for each day beyond scheduled completion date. Cost breakdown as follows: Admin and Overhead 2 hours @ $18.00 = $ 36.00 Vehicle 4 hours @ $ 4.40 = $ 17.60 Inspection 4 hours @ $20.36 = $ 81.40 $135.00 1.6. INSPECTION. Inspections shall be performed by the designated Contracting Officer Representative (COR). The Contractor shall notify the COR (contact details of the COR shall be provided at time of award) a minimum of three (3) calendar days prior to completing all work. 1.7. All work involved in this project will take place on the inside of this facility. The existing building at the project site will be occupied during the accomplishment of the work under this contract. Interference with the occupants or routine use of these facilities shall be held to an absolute minimum. The contractor shall be responsible for providing such coverings, shields, and barricades as required to protect the facility occupants, furniture, equipment, supplies, etc., from dust, debris, weather intrusion, or other damages resulting from construction. 1.8. PROJECT LOCATION: Building # D-2719 located off of Ardennes Street, Fort Bragg, North Carolina 1.9. HOURS OF WORK: The contractor shall accomplish this work between the hours of 7:00 AM and 4:00 PM, Monday through Friday. No work will be done on weekends or Federal holidays without prior written approval of the contracting officer. 1.10. SUBMITTALS: Must be turned in to the COR and Contracting Officer prior to starting the work. Environmental Protection Plan, Safety Plan, Manufacture data information and specifications on new toilets, urinals, and vanities. Partition color samples for toilet, urinal, shower partitions and counter top. Contractor s projected work schedule. Schedule must be resubmitted if any changes occur. Weekly progress report given to DPW s inspector every week. 1.11. WARRANTY: The Contractor shall provide a minimum of one (1) year Warranty on all labor and materials provided under this contract. Manufacturer s warranty on parts and/or materials must be provided at the time of work completion. 1.12. ASBESTOS: Laboratory results indicated that asbestos was detected at Building D-2719. The asbestos report will be provided as an attachment to the Request for Task Order Proposal (RTOP) 1.13. CONTRACTING OFFICER REPRESENATIVE (COR): The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including government drawings, designs, specifications; monitor contractor s performance and notifies both the contracting officer (KO) and contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of contractor personnel. 1.14. ENVIRONMENTAL NOTICE: These projects shall not impose a significant effect upon the environment. An environmental review has been completed and no significant environmental impacts were determined. A Record of Environmental Considerations categorical exclusion is applicable. Page 11 of 19

Request for Task Order Proposal Number: 1.15. CODE OF FEDERAL REGULATIONS (CFR): OSHA General Industry Safety and Health Standards (29 CFR 1910), Publication V2206, OSHA Construction Industry Standards (29 CFR 1926). One (1) source of these regulations is OSHA Publication 2207, which includes a combination of both Parts 1910 and 1926 as they relate to construction safety and health. They are for sale by the Superintendent of Documents, U.S. Government Printing Office, Washington, DC 20402. 1.16. PRE-WORK CONFERENCE: Upon award of contract and prior to issuance of the Notice to Proceed (NTP) a pre-work conference will be conducted. 2. CONTRACTOR FURNISHED PROPERTY. The contractor shall furnish all the supplies, labor, materials, and equipment needed to perform the tasks as required in the SOW without any exception being taken by the Government. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES: The Government will not provide any supplies, labor, materials or equipment for this project. 3.1. EMERGENCY MEDICAL TREAMENT: Medical services for contractor personnel are the responsibility of the contractor. However, the Government will provide, on an emergency basis, medical services for job related injuries while an employee is performing under this contract. Emergency medical care is available to the contractor employees at Womack Army Medical Center. For emergency ambulance service, call 911. Such emergency medical care will be limited to those services necessary to prevent undue suffering or loss of life and will be provided only during the period of emergency. In such circumstances, action shall be taken to transfer employees of the contractor to a civilian health care provider as soon as the emergency period ends. The contractor shall reimburse the Government for emergency medical services provided upon receipt of an invoice from Womack Army Medical Center, Fort Bragg, North Carolina. 4.0. GENERAL SCOPE OF WORK INCLUDES THE FOLLOWING DISCIPLINES: Plumbing and electrical. All work shall be done in accordance with all national, state, and local building codes and with the manufacturer s recommendations. Construction shall also be in accordance with all Occupational Safety and Health Administration regulations. 4.1. PROJECT SPECIFICATIONS: All construction shall be made in accordance to Standard Industry Practice. Contractor shall adhere to the most CURRENT Building Codes, Regulations, Guidelines, and Industry Standards in the performance of this project. 4.2. GENERAL NOTES: 1. Contractor shall verify all dimensions, and measurements during site visit. 2. If required, Contractor shall provide storage container to store all materials and equipment. Storage location will be selected at construction site. 3. Prior to ordering materials, the COR will review and approve submittal documents provided by the contractor. 4. A landfill permit is required if Contractors decide to use the Fort Bragg Landfill, however, the base landfill is currently closed at this time. Contractor will be required to complete a disposal form identifying disposal location. For guidance, contact the Environmental Compliance Branch, (910) 396-3372/432-6412 (Bldg. 3-1137) Page 12 of 19

Request for Task Order Proposal Number: 4.3. CLEANING UP: The Contractor shall, at all times, keep the work area clean, including storage areas utilized in the performance of this task order contract from unnecessary accumulation of waste materials or rubbish. Prior to the completion of work, the Contractor shall remove any rubbish and materials from the premises that is not the property of the Government. Upon completion of work, the Contractor shall leave the premises in a clean, neat and workmanlike condition. 4.4. SCOPE OF WORK: The contractor shall furnish all labor, materials, equipment, transportation, tools, supervision and any other items necessary to complete the required construction work stated herein. ** Contractor shall provide the Government COR/Inspector a weekly report pertaining to all the work performed during the week. ** Restore male and female latrines: 5. Men s Latrine (2 nd Floor) NOTE: Prior to shutting down male latrine, Contractor shall furnish two standard size PORTABLE LATRINES with Hand Washing Stations for an estimated five weeks. ** Work will not begin until contractor has received and inspected all new materials** 5.1 Install Closed or Out Of Service Sign on entrance door of Men s Latrine. 5.2 Notify the COR and Occupants 72 hours prior to shutting water off to building if required. Turn off and isolate water supply to each utility device prior to disconnecting any plumbing fixtures. Remove and dispose of four existing urinals, three toilets, four sinks and all plumbing fixtures. Remove and dispose of all existing toilet partitions. 5.3 Furnish and install four new urinals, three new toilets and three new toilet seats. Include new piping fixtures to include new p-traps. New toilets/urinals shall match the size, height & dimensions of existing toilet/urinals. Install new toilet gaskets for all toilets. Caulk & seal around all toilets, urinals, sinks and vanities. Inspect and ensure all water pipes and utilities fixtures do not leak. 5.4 Furnish and install three new surface mounted toilet seat cover dispensers with Satin Finish. Model number ASI 20477-SM 5.5 Install one shut off valve to supply line and cap off drain line to the fourth sink. All pipes shall be cut from inside of wall. Cover hole with drywall & match existing ceramic tile. Remove one mirror from wall. Remove residue and seal any holes where mirror was removed. 5.6 Furnish and install three new white vanity cabinets with brushed nickel door knobs. Furnish and install one Solid Surface triple vanity top. Countertop shall have a smooth continuous surface with a round or bullnose edge to include a 4 backsplash. (Countertop submittals required.) 5.7 Furnish and install three white drop-in round sinks with three each Delta manufactured Single Handle Chrome Faucets. Delta 500-WCS or Equal To Size of sinks shall be 15 in diameter. Page 13 of 19

Request for Task Order Proposal Number: 5.8 Furnish and install three new toilet partitions. Include all associated partition hardware. All partition stalls shall be made of High Density Polyethylene (HDPE) Solid Polymer with smooth edges. Match size and dimensions of existing partitions. Reinstall toilet partitions in same location. 5.9 Furnish and install two shower partitions and four shower curtains. Install two partition/dividers on each wall between shower heads. Two shower curtains will connect to dividing partition. Shower partitions shall be designed and installed to provide privacy to four shower compartments. (See latrine diagram for shower locations.) All partition stalls shall be made of High Density Polyethylene (HDPE) Solid Polymer with smooth edges. 6.0 Furnish and install two partition/dividers where sink was removed. Install a partition on each wall with a shower curtain in the middle. Partition walls shall be made of High Density Polyethylene (HDPE) Solid Polymer with smooth edges. 6.1 Furnish and install one through-the-wall Broan exhaust fan along wall. Model # 508. Furnish and install one Broan electronic variable speed fan control. Exhaust fan shall have an exhaust vent cover on the exterior side of building. Provide 110 volts from electrical panel to new exhaust fan. 6.2 Lightly sand and re-stain existing wood bench. 6.3 Furnish and install two dedicated 110 GFI electrical outlets above sink area. Use wire mold and wire mold junction boxes to connect electrical outlets. Paint all wire mold to match walls. 6.4 Clean latrine and shower floors to remove dirt and stains on floors and grout. 7. Women s Latrine (1 st Floor) 7.1 Install Closed or Out Of Service Sign on entrance door of Women s Latrine. 7.2 If Required, Notify DPW s Inspector and Occupants 72 hours prior to shutting water off to building. Turn off and isolate water supply to each utility device prior to disconnecting any plumbing fixtures. Remove and dispose of four existing urinals, three toilets, four sinks and all plumbing fixtures. Remove and dispose of all existing toilet partitions. Remove one urinal partition. Patch and seal holes. 7.3 Install a shut off valve to all urinal supply lines and cap off drain lines going to each urinal location. All pipes shall be cut from inside of wall. Cover holes with 5/8 drywall. Prep and paint new walls. 7.4 Furnish and install three white wall cabinets where urinals was removed. Cabinets shall be an estimated 30 x 30 x 12 D. Install brush satin nickel mushroom cabinet knobs. 7.5 Furnish and install three new toilets and three new toilet seats. Include new piping fixtures to include new p-traps. New toilets shall match the size, height & dimensions of existing toilets. Install new toilet gaskets for all new toilets. Caulk and seal around all toilets, sinks and all vanities. Inspect and ensure all water pipes and utilities fixtures do not leak. 7.6 Furnish and install three new surface mounted toilet seat cover dispensers with Satin Finish. Model number ASI 20477-SM Page 14 of 19

Request for Task Order Proposal Number: 7.7 Install a shut of valve to the supply line & cap off drain line going to fourth sink. All pipes shall be cut from inside of wall. Cover hole with drywall & match existing ceramic tile. Remove one mirror from wall. Remove residue from wall and seal any holes where mirror was removed. 7.8 Furnish and install three new white vanity cabinets with brushed nickel door knobs. Furnish and install one Solid Surface triple vanity top. Countertop shall have a smooth continuous surface with a round or bullnose edge to include a 4 backsplash. (Countertop submittals required.) 7.9 Furnish and install three new drop-in round sinks with three each Delta manufactured Single Handle Chrome Faucets. Delta 500-WCS or Equal To Size of sinks shall be 15 in diameter. 8. Furnish and install three new toilet partitions. Include all associated partition hardware. All partition stalls shall be made of. Partition walls shall be made of High Density Polyethylene (HDPE) Solid Polymer with smooth edges. Match size and dimensions of existing partitions. Reinstall toilet partitions in same location. 8.1 Furnish and install two shower partitions and four shower curtains. Install one partition/divider on each wall between shower heads. Two shower curtains will connect to dividing partition. Shower partitions shall be designed and installed to provide privacy to four shower compartments. (See Latrine Diagram for shower locations.) All partition stalls shall be made of High Density Polyethylene (HDPE) Solid Polymer with smooth edges. 8.2 Furnish and install one divider partitions wall where sink was removed. Install one wall partition on each wall with a shower curtain in the middle. Partition walls shall be made of High Density Polyethylene (HDPE) Solid Polymer with smooth edges. 8.3 Paint wood bench and bench brackets. Match existing color. 8.4 Furnish and install two dedicated 110 GFI electrical outlets above sink area. Use wire mold and wire mold junction boxes to connect electrical outlets. Paint all wire mold to match walls. 8.5 Clean latrine and shower floors to remove dirt and stains on floor and grout. END OF STATEMENT OF WORK Page 15 of 19