Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2015 FBO #5011
AWARD

Y -- John Martin Dam Meeting Room, Bathroom, and ADA Upgrades

Notice Date
8/11/2015
 
Notice Type
Award Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-15-T-0112
 
Archive Date
9/10/2015
 
Point of Contact
Glenda Kohlieber, 575-652-4135
 
E-Mail Address
USACE District, Albuquerque
(glenda.d.kohlieber@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912PP-15-P-0067
 
Award Date
8/10/2015
 
Awardee
AZTEC GENERAL CONTRACTORS, LLC. (196446202) <br> 4004 MARK DABLING BLVD <br> COLORADO SPRINGS, CO 80907
 
Award Amount
$149,217.76
 
Line Number
0001
 
Description
This contract action was accomplished using other than competitive procedures because a statute exists that expressly authorizes or requires that the acquisition be made from a specific source or through another agency (FAR 6.302-5); specifically, Sole source awards under the 8(a) Program. Per FAR 6.302-5 a J&A is not required for this award. SCOPE OF WORK: The contractor shall remove and replace the existing flooring, drainage pipes and renovate men's and women's bathrooms to meet ADA standards and perform other upgrades outlined below. The Contractor shall furnish the required parts, material, labor, transportation, supervision and equipment to perform the work set forth within this requirement. 1.1WORK TO INCLUDE: Demo the existing cast iron pipe that drains Breakroom water and replace it with PVC pipe. Approximately 55 feet total length is required. One (1) cabinet and countertop will have to be removed to complete demolition of the existing cast iron pipe. Re-install the cabinet and countertop removed for pipe demo if not damaged beyond use. If a new cabinet and countertop is needed, the contractor shall submit new product information to the Lake Manager on cabinet and countertop for approval. The new pipe shall have the same inside diameter as the cast iron pipe. The contractor shall field verify the length of pipe required. The new pipe shall be placed/installed in the ground according industry standards and slope to drain. Replace concrete slab where saw-cut made to remove existing cast iron pipe. (Broom-finish). Sakcrete is okay for concrete replacement. Install new floor covering in the meeting room and bathrooms, floor type and color is specified on the attached cut sheet. The Lake Manager can change the tile color prior to start of work at her discretion. There is approximately 1200 sq ft of flooring. The contractor shall field verify this amount. Submit flooring information to the John Martin Dam Lake Manager for approval. Install one (1) new water sense urinal (see cut sheet). The Lake Manager shall specifiy the location of the urinal. Product information shall be submitted to the Lake Manager for approval. Install eight (8) new LED lights in the bathrooms, four (4) men's, four (4) women's. See the attached cut sheet for the required light selection. Coordinate with the Lake Manager for light locations. Submit lighting information to the Lake Manager for approval. Install ten (10) LED lights in the meeting room. See the attached cut sheet for the required light model and submit lighting specifications to the Lake Manager for approval. Coordinate with the Lake Manager for light locations. Install two (2) new showers; 1 men's, 1 women's, both showers to be ADA compliant (see cut sheet for water sense shower heads). Submit shower head and shower accessories product information to the Lake Manager for approval. Install five (5) new toilets (see cut sheet for toilet models) for the men's and women's restrooms; one (1) regular toilet and one (1) ADA toilets in the men's room and two (2) regular toilets and one (1) ADA toilet in the women's room. Toilets shall be complete with floor mounted enclosures (divider walls) see cut sheet for requirements. The color of the divider walls shall be selected by the Lake Manager. Submit all toilet and divider wall information to the Lake Manager for approval. Install two (2) new floor drains to replace the existing drains. One in the men's restroom and one in the women's restroom. The location will be the same as the existing drains. Submit technical information to the Lake Manager for approval. Install two (2) new hand drying dispensers in each bathroom (see cut sheet for model requirements) with the locations to be designated by the Lake Manager. Install two (2) new soap dispensers in each bathroom (see cut sheet for model requirements) with the locations to be designated by the Lake Manager. Install all new sheet rock in men's and women's bathrooms including ceilings at a total amount of 1500 sq feet to be verified by the contractor. Paint all new sheet rock surfaces including ceilings with the color to be specified by the Lake Manager. Texture all new sheet rock including ceilings with quote mark Perlite quote mark sand texture that can be sprayed on to the surface. Install four (4) new sinks; two (2) men's bathroom, two (2) women's bathroom (see cut sheet for sink model). The location of the sinks shall be specified by the Lake Manager. Faucets for the sinks shall be water sense faucets, submit faucet and sink information to the John Martin Project office for approval by the Lake Manager. Install new vents as required by code and repair the roofing in a workman like manner satisfying typical industry standards. Install all new plumbing in existing chase walls and repair/replace chase walls as needed restoring its previous surface look. Replace doors and frames to both bathrooms; (see the attached cut sheet for the door model). The size of the doors and frames shall be field verified with the door handles and hinges being of the same type and shown on the cut sheet and shall have an institutional / industrial quality. The doors sizes shall accommodate wheelchair access. Replace two (2) doors and frames on exterior walls in the meeting room (see the attached cut sheet, same as above). The size of the doors and frames shall be field verified and the hinges and handles shall be of the type shown on the cut sheet. The door opening shall accommodate wheel chair access. Same requirements as above apply. All items defined in the cut sheets depict the quality of the item specified. Other quote mark Made in America quote mark Manufacturer's items can be used as long as it meets the quality standards shown in the cut sheets. All applicable items specified are required to be quote mark Water Sense quote mark or LEED compliant where possible. Dispose of all debris and demolished material and leave the work area clean. 1.2Existing Conditions: The Contractor shall investigate the existing electrical and mechanical systems prior to commencing work, and shall report to the Contracting Officer, in writing, situations that would require extraordinary work conditions. 2.GENERAL REQUIREMENTS 2.1VERIFICATION OF DIMENSIONS: Offeror shall verify field conditions prior to submitting proposal. The Contractor shall become familiar with each detail of the work, verify each dimension in the field, and shall advise the Contracting Officer of discrepancies prior to commencing work. 2.2STANDARDS: Each item provided shall be installed in accordance with the appropriate codes and the best practice of the trades, and work not meeting these standards shall be rejected. 2.3PROTECTION OF EXISTING FACILITIES AND WORK: Areas that are used for access shall be kept clean. Damage to these areas shall be repaired to match the original condition. When the work is completed, each surface in the work area(s) shall be restored to the original condition. 2.4LIFE SAFETY. The Contractor shall comply with the applicable Local, State and Federal safety laws. Applicable provisions of the Corps of Engineers' EM 385-1-1 quote mark Safety and Health Requirements Manual quote mark, latest Edition, shall be applied to the work under this contract. 2.5SUBMITTALS REQUIRED: See Section 1.1 2.6WORKMANSHIP, QUALITY, OR METHOD shall be in accordance with the minimum requirements of the US Corps of Engineers Guide Specification, and the required building codes. 2.7WARRANTY OF WORK: Work furnished under this contract shall be warranted for a period of one year from date of final acceptance. The Contractor shall warrant against defective materials and workmanship. Upon receipt of notice from the Government of failure of a part of the warranted equipment during the warranty period, new replacement parts shall be furnished and installed promptly by the Contractor at no additional cost to the Government. 2.8WORK HOURS: Working hours shall be from 7:00 AM to 4:30 PM, Monday through Friday, excluding weekends and Federal holidays. Changes to the specified working hours require written approval by the Contracting Officer. The Contractor shall submit any request for change three (3) working days prior to the proposed change date. 2.9STORAGE/STAGING AREA: The Contractor shall be supplied with a storage/staging area to be approved by the Contracting Officer. The Contractor shall be responsible for keeping the area neat and shall not allow the accumulation of trash or debris. 2.10INSURANCE: Colorado Worker's Compensation Insurance Coverage and Contractor's Liability Insurance will be required throughout the contract accomplishment period. Proof of insurance shall be submitted to the Contracting Officer prior to starting work. 2.11ACCESS: Government shall provide the Contractor access to site at all times. Contractor shall minimize disruption of services and normal activities expected in such areas, where required, for minimal traffic disruption. 2.12DAMAGE TO EXISTING: Where existing surfaces are damaged, they shall be repaired and finished to match existing construction. The Contractor shall be responsible for replacement of items (interior or exterior) damaged during the performance of this project. 2.13CLEANING: The Contractor shall keep the work area reasonably clean at all times. Contractor shall accomplish a complete cleanup at the end of the project. The Contractor shall properly dispose of debris at an approved landfill in accordance with Federal, State, and local regulations. 2.14PERFORMANCE: Performance time for this project is 120 calendar days from the Notice to Proceed Date. The work shall be completed in a professional manner and without delay once the on-site work is started. 2.15SALVAGE: Salvageable materials and equipment not identified for reuse shall be the property of the contractor unless otherwise noted in the Statement of Work and/or drawings. The contractor is responsible for the removal of salvageable materials and equipment from the installation. 2.16TECHNICAL POINT OF CONTACT: The technical points of contacts for this contract is Steve Thomas at (505-343-6276) 3.GENERAL: The work shall conform to the scope of work. 3.1The Contractor shall provide a work plan for all demolition and construction activities associated with this project. The work plan shall describe all activities including equipment and work methods to be used, project schedule, an activity hazard analysis, and silica protection plan. The Contractor shall not commence any work activities until Government approval has been received. 3.2Any leftover materials shall be managed in accordance with the SDS. Empty containers shall be disposed of off-site as solid waste in accordance with Federal, State, Regional and Local laws and regulations. 3.3If additional material, not indicated, that may be hazardous to human health upon disturbance during construction and installation is encountered, stop that portion of work and notify the John Martin Dam Project Office and Albuquerque District Environmental Engineering Section immediately. Within 14 calendar days the Corps of Engineers Environmental Engineering Section will determine if the material is hazardous. If material is not hazardous or poses no danger, the Government will direct the Project Office to proceed without change. If material is hazardous additional requirements will be provided. 3.4Since the anticipated ground disturbance for associated trenching activities is less than one acre in size, there will be no stormwater control required for this project. If at any time the disturbance is one acre in size, the Contractor shall notify the John Martin Project Office and Albuquerque District Office, Environmental Engineering Section. 4.LOCATION OF WORK. This Work is located at John Martin Dam, located between rural cities Las Animas and Lamar, CO. 4.1GOVERNMENT FURNISHED MATERIAL. There is no Government furnished materials supplied or required to accomplish any of the work identified in this contract. The Contractor shall furnish adequate labor, tools materials and equipment to satisfactorily perform the work within the contract period. 4.2UTILITIES. There is electrical power, and water at the project that will be made available to the Contractor at no charge. However, any ladders, scaffolding, lighting, extension cords, compressed air, portable generators, or any other utilities, equipment or tools, etc. required to properly complete the project shall be supplied by the Contractor at no additional cost to the Government. 4.3PRE-WORK CONFERENCE (Pre-Con). After the NTP is issued and prior to work startup the Contractor shall meet with the Government for a site visit and discussion of the work to be performed. The Contractor shall thoroughly familiarize him/herself with the details of the SOW, scope of work, & specifications, quality control, inspection criteria, safety requirements and working conditions. Contractor shall advise the point of contact POC/COR of any discrepancies or conflicts before performing the work. The Contractor shall submit a work schedule and safety plan and shall coordinate a work start date with the POC at this meeting. 4.4SUBCONTRACTING. Contractor may subcontract any phase or portion of the work. However, such subcontract shall not relieve Contractor from full compliance with the plans and specifications or from enforcing the use of all required safety equipment by the subcontractor and his employees providing any phase of the work. Contractor shall require and verify that all materials and methods used by subcontractor are consistent with the contract documents. 4.5SUPERVISION. The Contractor shall give his or her personal supervision to the work or have a competent foreman or superintendent to act for him with authority at all times while work is in progress. 4.6PERSONNEL. The work under this contract shall be performed by competent, properly trained and (as applicable) properly certified personnel. The Contracting Officer(CO) has the final authority to approve or disapprove all Contractor employees. 4.7PERMITS. The Contractor shall without additional expense to the Government be responsible for obtaining all required insurance coverage, licenses, permits and clearances; and for complying with all applicable Federal, State, County and Local codes, laws, statutes, ordinances and regulations in connection with the execution of this work. 4.8FIRST AID. Contractor shall provide in the immediate vicinity of the work area a complete OSHA approved first aid kit for employee use. 4.9SITE ACCEPTANCE. Upon completion of the work the premises shall be left clean and orderly. All work shall be accomplished in a workmanlike manner and shall be of a professional quality. 4.10PAYMENT. One Final Payment to the Contractor of the full contract amount will be made upon proper completion and acceptance by the CO and/or the POC of the contract work, certification of final testing, and warranty certificate and their approval and acceptance by the POC, and the subsequent submittal of a invoice payment request by the Contractor to the CO for processing by the Army Finance Center. 4.11MATERIALS. All materials used on this project shall be new, of proper type and grade, of USA manufacture, as herein specified and shall be subject to approval of the CO. Rejected materials shall be promptly removed by the Contractor from the project site, properly disposed of and replaced in a timely manner with materials acceptable to the CO at no additional expense to the Government. 4.12GOVERNMENT FURNISHED MATERIAL (GFM). There are no GFM required to accomplish any of the work identified in this contract. Contractor shall provide adequate and all shop facilities, labor, supervision, equipment, tools, materials, testing, quality control and transportation required to satisfactorily performing this contract work within the contract time frame. 5.EXECUTION OF WORK SHOP FACILITIES, EQUIPMENT AND LABOR. The Contractor shall furnish adequate shop facilities, labor, vehicles and other equipment to satisfactorily perform the complete contract work on schedule. Any additional shop, labor or equipment required by the Contractor in order to satisfactorily complete the contract on schedule shall be provided by the Contractor at no additional expense to the Government. As required all labor shall have proper training and certification. 5.1SAFETY REQUIREMENTS. All work performed and all facilities, tools, equipment used to perform work under this contract shall be in strict accordance with all applicable O.S.H.A. regulations and the EM 385-1-1 U.S. Army Corps of Engineers SAFETY AND HEALTH REQUIREMENTS MANUAL (current edition) and the quote mark 29 CFR 1926 quote mark OSHA REGULATIONS. A copy of EM 385-1-1 is available free of charge from the office of the Safety Officer (505-342-3175) at the U.S. Army Corps of Engineers, Albuquerque District Office. 5.2JOB HAZARD ANALYSIS (SAFETY PLAN). Prior to start of work, Contractor shall submit to the COR a full Job Hazard Analysis/Safety Plan (hereinafter also referred to as 'safety plan') outlining all of the known hazards of the various stages of work of this project and those actions to be taken by the Contractor to eliminate and/or minimize these hazards. The Safety Plan can be comprised partly of the Contractor's Company Safety Policy and/or General Safety Handbook but must still contain a separate listing of each specific hazard of this project and the corrective/minimizing actions to be taken. The safety plan shall be subject to the approval of the COR. 5.3Work Criteria: All contract work shall be conducted in strict accordance with all applicable Federal, State and local laws, codes and regulations in addition to the industry standards, guidelines and recommendations as established by but not limited to the following: 5.4 ANSIAmerican National Standards Institute. ARArmy Regulations. ASMEAmerican Society of Mechanical Engineers. ASTMAmerican Society for Testing Materials. CFRCode of Federal Regulations. CMAACrane Manufacturers Association of America. DADepartment of the Army. DODIDepartment of Defense Instruction. NFPANational Fire Protection Association. NEMANational Electrical Manufacturers Association. NECNational Electrical Code. OSHAOccupational Safety and Health Administration. ULUnderwriter's Laboratory USACEUnited States Army Corps of Engineers. 5.6INSPECTION & QUALITY CONTROL. The Contractor shall provide thorough and constant inspection of this contract work with approved and proper quality control personnel 6. CONSTRUCTION AND INSTALLATION a. Remodel all associated piping, and break room remodeling, should any Hazardous, Toxic, and Radioactive Wastes (HTRW) be identified, the Corps' Environmental Engineering Section shall be contacted and a plan for remediation or abatement shall be formulated. b. The Contractor shall provide a work plan for all demolition and construction activities associated with this project. The work plan shall describe all activities including equipment and work methods to be used, project schedule, an activity hazard analysis, and silica protection plan. The Contractor shall not commence any work activities until Government approval has been received. c. When concrete is being cut, removed, or placed all appropriate personnel protective equipment (PPE) shall be used. Any concrete remaining shall be disposed off- Government property in accordance with all Federal, State, Regional and Local laws and regulations. No concrete washout activities shall be performed on-site. d. Waste water from construction activities, such as onsite material processing, concrete curing, foundation and concrete clean-up, water used in concrete trucks, forms, etc. shall not be allowed to enter water ways or to be discharged prior to being treated to remove pollutants. Disposal of the construction related waste water off-Government property shall be in accordance with all Federal, State, Regional and Local laws and regulations. e. In the case that any non-native soils, discolored soil, soil with an odor, or any debris are discovered during excavation or trenching, stop work immediately and notify the Trinidad Dam Project Office and Albuquerque District Office, Environmental Engineering Section. If the material is determined to be free of contamination and unregulated, construction will proceed without change. f. When painting, the area shall be well ventilated and employees shall read Safety Data Sheet(s) (SDS) before use. SDS information shall remain on site. Any remaining paint or empty containers shall be managed in accordance with the SDS. g. Any leftover materials shall be managed in accordance with the SDS. Empty containers shall be disposed of off-site as solid waste in accordance with Federal, State, Regional and Local laws and regulations. h. All construction materials shall be recycled to the extent possible. Solid waste generation shall be minimized throughout the duration of the project. i. All equipment that shall be used at the site shall be inspected prior to being mobilized to the site to ensure that there are no leaks or drips. There shall be no fueling of the equipment or maintenance work performed at the project site. The equipment operator shall keep a spill kit on board including absorbent pads that can be used to contain any drips or spills that may result from operating the equipment. Any equipment in disrepair shall be removed from the site immediately. j. If additional material, not indicated, that may be hazardous to human health upon disturbance during construction and installation is encountered, stop that portion of work and notify the Trinidad Project Office and Albuquerque District Environmental Engineering Section immediately. Within 14 calendar days the Corps of Engineers Environmental Engineering Section will determine if the material is hazardous. If material is not hazardous or poses no danger, the Government will direct the Project Office to proceed without change. If material is hazardous additional requirements will be provided. k. Since the anticipated ground disturbance for associated trenching activities is less than one acre in size, there will be no stormwater control required for this project. If at any time the disturbance is one acre in size, the Contractor shall notify the Trinidad Dam Project Office and Albuquerque District Office, Environmental Engineering Section. l. The action is considered a categorical exclusion from the National Environmental Policy Actof 1969, as amended [NEPA; 42 U.S.C. 4321 et seq]. Categorical exclusion, as noted in Corps' Regulation ER 200-2-2 [33 CFR 230], Environmental Quality Procedures for Implementing NEPA, dated 4 March 1988, Section 9, Paragraph a, applies as follows: quote mark Activities at completed Corps projects which carry out the authorized project purposes. Examples include... repair, rehabilitation, replacement of existing structures and facilities... quote mark 7. Security Requirements: AT Level I Training. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities, controlled access areas, or require network access, shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. Upon request, the contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer (if a COR is not assigned), within 5 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: http://jko.jten.mil/courses/atl1/launch.html; or it can be provided by the RA ATO in presentation form which will be documented via memorandum. Access and General Protection/Security Policy and Procedures. All contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by a government representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes. Suspicious Activity Reporting Training (e.g. iWATCH, CorpsWatch, or See Something, Say Something). 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 project 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 COR NLT 5 calendar days after the completion of the training. For Contracts that Require OPSEC Training. All new contractor employees will complete Level I OPSEC Training within 30 calendar days of their reporting for duty. Additionally, all contractor employees must complete annual OPSEC awareness training. The contractor shall submit certificates of completion for each affected contractor and subcontractor employee, to the COR or to the contracting officer (if a COR is not assigned), within 5 calendar days after completion of training. OPSEC awareness training is available at the following websites: https://www.iad.gov/ioss/ or http://www.cdse.edu/catalog/operations-security.html; or it can be provided by the RA OPSEC Officer in presentation form which will be documented via memorandum. Areas where Contractors may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance or access privileges, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. End of Scope
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/Awards/W912PP-15-P-0067.html)
 
Record
SN03833666-W 20150813/150812000427-d2ca55e5e706f4b44c516deae45143f3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.