5
SCOPE OF WORK: The contractor shall provide all material, labor, equipment, and supervision required to accomplish the following: General description – This scope of work is to be accomplished at several buildings aboard Camp Devil Dog, Stone Bay Rifle Range and MCAS New River, North Carolina. The contractor shall Clean, Chip, Scrape, Repair, Prime and Paint indicated surfaces IAW details listed in drawings. Detailed Requirements and Specifications: All measurements on the attached sketches are for reference only; the contractor shall take his own field measurements in determining required materials and costs. The contractor shall be certified to install products as listed under the product specifications listed below. HAZARDOUS MATERIALS: None Identified SPECIAL CONDITIONS: None Identified T1 A1 A2 A3 A4 TITLE PAGE SCOPE OF WORK MAP / FLOOR PLAN; AS424 MAP / FLOOR PLAN; RR50 MAP / FLOOR PLAN; DD3, DD4, DD5, DD6, DD36, DD37 REPAIR & PAINT SURFACES AT VARIOUS BLDGS : AS 424, DD3 , DD4 , DD5 , DD 6 , DD 36 , RR50 USMC CAMP LEJEUNE DRAWN BY MAXIMO PAGE TITLE REV T 1 4583001 TITLE FINAL LEE , TIMOTHY M CIV DATE 3 / 23 / 2015 CONTRACT # N 40085 - 15 B - 0439 SHEET 1 OF 5 REPAIR & PAINT SURFACES AT VARIOUS BLDGS : AS 424, DD3 , DD4 , DD5 , DD 6 , DD 36 , DD 37 , RR 50 8 / 5 / 2015 ENVIRONMENTAL REQUIREMENTS: 1. All paint finishes and adhesives shall contain low volatile organic compounds (VOC). 2. Disposal and clean-up of materials shall be followed as required by the Material Safety Data Sheet (MSDS) directives. SPECIAL SCHEDULING AND ACCESS: 1. Access and scheduling to the work area shall be arranged through the Regional Officer In-Charge of Contracting Office (ROICC). 2. These are occupied Administration Offices / Rooms. Offices / Rooms will be available in phases to be determined by the POC. 3. Contractor shall be responsible for moving and resetting furniture as needed to complete tasks. Occupants will be responsible to remove and reinstall all personal and government equipment to include computers, telephones, fax machines, copiers, scanners and items from the walls. NOTES: 1. The contractor is responsible for actual field verification prior to bidding, ordering material and during every step of the construction process for existing surfaces, dimensions and conditions. 2. Repair, refinish areas damaged or disturbed by new work to be provided under this contract. 3. Properly remove, haul, and dispose of all debris. 4. The contractor shall not utilize dumpsters provided by Camp Lejeune for the benefit of the occupants of the buildings. 5. Contractors may ONLY use the Camp Lejeune Sanitary Landfill for the disposal of asbestos containing materials, building products with tightly adhered lead containing paint, non-contaminated clean dirt and clean gravel. The hours of operation are 0730-1530 Monday - Thursday and 0730-1430 on Friday. Delivery of acceptable materials (identified above) shall be by appointment only. Appointments made by phone at 910-451-5011 or 910-451-2946. ALL other contractor generated material shall be weighed through the Base Landfill scales before being removed from the Base. Contractors utilizing the base scales will require Contracting Officer assisted pre-registration with the Landfill Manager. The Contracting Officer will register the contract via E-mail, with the Base Landfill. All haul vehicles will maintain a secure vehicle placard as a condition to utilize the scale. E-mail the contract information to the Landfill Clerk, including the name on the Prime Contractor, contract number, job name/ description, completion date and whether or not any of the above materials will be delivered to the Landfill. SUBMITTALS: In addition to the required submittals outlined in the Multiple Award Construction Contract (MACC) Specifications, the: 1. Contractor shall make electronic copies of all submittals, including the approved transmittal sheets, and provide two (2) CD/DVD's containing all submittals for the project. The CD/DVD's shall be marked "Complete Submittal Package – “Repair and Paint Bldgs AS424, RR50, DD3, DD4, DD5, DD6, DD36, DD37” - Contract # N40085-15-B-0439." 2. AFTER AWARD: The contractor shall furnish the Contracting Officer, material Specifications for selection and approval prior to the ordering and installation of said material. 3. DURING PRECONSTRUCTION MEETING: The contractor shall submit, to the COR, for approval, a detailed schedule identifying proposed phasing in order to complete the project in a timely manner. CAMP LEJEUNE NEW RIVER AIR STATION STONE BAY RIFLE RANGE COURT HOUSE BAY AS424 DD3, DD4, DD5, DD6, DD36, DD37 RR50

STONE BAY RIFLE L

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

SCOPE OF WORK: The contractor shall provide all material, labor, equipment, and supervision required to accomplish the following:

General description – This scope of work is to be accomplished at several buildings aboard Camp Devil Dog, Stone Bay Rifle Range and MCAS New River, North Carolina. The contractor shall Clean, Chip, Scrape, Repair, Prime and Paint indicated surfaces IAW details listed in drawings.

Detailed Requirements and Specifications: All measurements on the attached sketches are for reference only; the contractor shall take his own field measurements in determining required materials and costs. The contractor shall be certified to install products as listed under the product specifications listed below.

HAZARDOUS MATERIALS:None Identified

SPECIAL CONDITIONS:None Identified

T1

A1

A2

A3

A4

TITLE PAGE

SCOPE OF WORK

MAP / FLOOR PLAN; AS424

MAP / FLOOR PLAN; RR50

MAP / FLOOR PLAN; DD3, DD4, DD5, DD6, DD36, DD37

RE

PA

IR &

PA

INT

SU

RF

AC

ES

AT

VA

RIO

US

BL

DG

S: A

S4

24

, D

D3

, D

D4

, D

D5

, D

D6

, D

D3

6,

RR

50

US

MC

CA

MP

LE

JE

UN

E

DR

AW

N

BY

MA

XIM

OP

AG

E T

ITL

ER

EV

T1

45

83

00

1T

ITL

EF

INA

L

LE

E,

TIM

OT

HY

M C

IVD

AT

E3

/23

/20

15

CO

NT

RA

CT

# N

40

08

5-1

5B

-04

39

SH

EE

T1

OF

5

RE

PA

IR &

PA

INT

SU

RF

AC

ES

AT

VA

RIO

US

BL

DG

S: A

S4

24

, D

D3

, D

D4

, D

D5

, D

D6

, D

D3

6,

DD

37,

RR

50

8/5

/20

15

ENVIRONMENTAL REQUIREMENTS:

1. All paint finishes and adhesives shall contain low volatile organic compounds (VOC). 2. Disposal and clean-up of materials shall be followed as required by the Material Safety Data Sheet (MSDS) directives.

SPECIAL SCHEDULING AND ACCESS:1. Access and scheduling to the work area shall be arranged through the Regional Officer In-Charge of Contracting Office (ROICC).

2. These are occupied Administration Offices / Rooms. Offices / Rooms will be available in phases to be determined by the POC. 3. Contractor shall be responsible for moving and resetting furniture as needed to complete tasks. Occupants will be responsible to remove and reinstall all personal and government equipment to include computers, telephones, fax machines, copiers, scanners and items from the walls.

NOTES:1. The contractor is responsible for actual field verification prior to bidding, ordering material and during every step of the construction process for existing surfaces, dimensions and conditions.2. Repair, refinish areas damaged or disturbed by new work to be provided under this contract.3. Properly remove, haul, and dispose of all debris. 4. The contractor shall not utilize dumpsters provided by Camp Lejeune for the benefit of the occupants of the buildings.5. Contractors may ONLY use the Camp Lejeune Sanitary Landfill for the disposal of asbestos containing materials, building products with tightly adhered lead containing paint, non-contaminated clean dirt and clean gravel. The hours of operation are 0730-1530 Monday - Thursday and 0730-1430 on Friday. Delivery of acceptable materials (identified above) shall be by appointment only. Appointments made by phone at 910-451-5011 or 910-451-2946.

ALL other contractor generated material shall be weighed through the Base Landfill scales before being removed from the Base. Contractors utilizing the base scales will require Contracting Officer assisted pre-registration with the Landfill Manager.

The Contracting Officer will register the contract via E-mail, with the Base Landfill. All haul vehicles will maintain a secure vehicle placard as a condition to utilize the scale. E-mail the contract information to the Landfill Clerk, including the name on the Prime Contractor, contract number, job name/description, completion date and whether or not any of the above materials will be delivered to the Landfill.

SUBMITTALS: In addition to the required submittals outlined in the Multiple Award Construction Contract (MACC) Specifications, the:

1. Contractor shall make electronic copies of all submittals, including the approved transmittal sheets, and provide two (2) CD/DVD's containing all submittals for the project. The CD/DVD's shall be marked "Complete Submittal Package – “Repair and Paint Bldgs AS424, RR50, DD3, DD4, DD5, DD6, DD36, DD37” - Contract # N40085-15-B-0439."

2. AFTER AWARD: The contractor shall furnish the Contracting Officer, material Specifications for selection and approval prior to the ordering and installation of said material.

3. DURING PRECONSTRUCTION MEETING: The contractor shall submit, to the COR, for approval, a detailed schedule identifying proposed phasing in order to complete the project in a timely manner.

CAMP LEJEUNE

NEW RIVER AIR STATION

STONE BAY RIFLE RANGE

COURT HOUSE BAY

AS424

DD3, DD4,

DD5, DD6,

DD36, DD37

RR50

PA

INT

AN

D F

LO

OR

ING

IN

BL

DG

S; B

B1

1,

16

01

US

MC

CA

MP

LE

JE

UN

E

DR

AW

N

BY

MA

XIM

OP

AG

E T

ITL

ER

EV

A1

45

60

57

5S

TA

TE

ME

NT

OF

WO

RK

FIN

AL

LE

E,

TIM

OT

HY

M C

IVD

AT

E9

/19

/20

14

CO

NT

RA

CT

# N

40

08

5-1

5B

-04

08

SH

EE

T2

OF

5

RE

PA

IR, P

RIM

E, P

AIN

T A

ND

RE

PL

AC

E

FL

OO

RIN

G-

BL

DG

AS

41

08

- ‘C

’ W

ING

45

64

55

8

11

/14

/20

14

RE

PA

IR &

PA

INT

SU

RF

AC

ES

AT

VA

RIO

US

BL

DG

S:

31

6,

RR

50

, 1

61

3(A

ST

), S

2C

(GA

ZE

BO

),

H1

(2-G

-S),

AS

42

4,

TT

43

(GE

NE

RA

TO

R),

10

37

45

83

07

9

3/1

9/2

01

5C

ON

TR

AC

T #

N4

00

85

-15

B-X

XX

X

RE

PA

IR &

PA

INT

SU

RF

AC

ES

AT

VA

RIO

US

BL

DG

S: A

S4

24

, D

D3

, D

D4

, D

D5

, D

D6

, D

D3

6,

RR

50

45

83

00

1

3/2

3/2

01

5C

ON

TR

AC

T #

N4

00

85

-15

B-X

XX

XC

ON

TR

AC

T #

N4

00

85

-15

B-0

43

9

RE

PA

IR &

PA

INT

SU

RF

AC

ES

AT

VA

RIO

US

BL

DG

S: A

S4

24

, D

D3

, D

D4

, D

D5

, D

D6

, D

D3

6,

DD

37,

RR

50

8/5

/20

15

PRIME / PAINT APPLICATION:

1 Preparation: 1.1 The contractor shall take the necessary precautions to prepare and protect personal property, government property, and work areas during the accomplishment of work for this scope.

1.2 Repair all surfaces to provide a solid foundation for painting: Blistering, cracking, flaking and peeling or other deteriorated coatings shall be removed. Damaged areas such as, but not limited to, nail holes, cracks, chips, and spalls shall be repaired with suitable material to match adjacent undamaged areas. Edges of chipped paint shall be feather edged and sanded smooth.

1.3 All slick (enamel and other high gloss surfaces) surfaces shall be roughened and primed to ensure adhesion.

1.4 Remove all rust from metal surfaces. 1.5 Chemically remove and treat mold and mildew areas. Household bleach and

water (one cup of water to one gallon of bleach) or a non-toxic, commercial cleaner designed to clean mold may be used. Not intended for mold remediation.

1.6 Apply finish surfacing compound as appropriate to any damaged surfaces to level adjoining surfaces and match existing surrounding finishes.

1.7 Secure any loose trim boards, siding, or moldings that are not damaged or rotten.

1.8 Replace any missing, damaged or rotten trim boards, siding, or moldings, as needed in the work area descriptions.

1.9 Replace any loose, damaged, cracked or missing caulking on windows, doors and other surfaces.1.10 Paint all previously painted objects behind portable objects and surface

mounted articles that can be readily detached by removal of fasteners, such as screws and bolts. All objects and articles shall be reinstalled.

1.11 Remove and reinstall all electrical switch and receptacle covers, to insure all previously painted surfaces are repainted. The contractor shall properly

store and protect these items from damage or lose. The contractor shall reinstall all items after all the applied materials have properly dried.

1.12 Cover or mask off all areas that are not to be painted including but not limited to the carpet, vinyl cove base, computer and telephone data plates, paintings, murals, and door hardware. The contractor shall remove any paint that inadvertently gets on any undesired areas.

1.13 Pressure wash all exterior surfaces prior to any scraping, chipping or repairing.

a. Clean all CMU/ CONCRETE surfaces by high pressure water wash (minimum 2000 psi) and chemical cleaning treatment to remove chalk and foreign substances and allow too dry for 24 hours prior to painting.

2 Work Not Included:2.1 Do not include painting when factory finishing or installer finishing is

specified for such items as (but not limited to) metal toilet enclosures, acoustic materials, finished mechanical and electrical equipment including light fixtures, switch-gear and distribution cabinets and similar items of work.

2.2 Painting is not required on surfaces such as walls or ceilings in concealed spaces or inaccessible areas such as foundation spaces, furred areas, pipe chases, duct shafts and elevator shafts.

2.3 Finished metal surfaces such as anodized aluminum, stainless steel, chromium plate, copper, bronze and other similar finishes shall not require painting unless otherwise indicated.

2.4 Do not paint any moving parts or fraying surfaces of operating units, equipment, valves, dampers, sensors,, motor and fan shafts, sprinkler heads or other similar items unless otherwise indicated.

2.5 Do not paint over code required labels such as Underwriter’s Laboratory or Factory Mutual or any other equipment identification, performance rating or nomenclature plates.

3 Prime:3.1 All new and repaired surfaces shall be primed with the appropriate primer

per application. 3.2 All stains shall be primed with a primer sealer stain blocker that offers

quick dry times, a mildew resistant coating, and the versatility to be used under a latex or oil based paint.

4 Paint:4.1 All paints shall be factory mixed and shall be ready for application directly

from the manufacturer’s original container. Mixing or thinning in the field shall be allowed only with prior approval of the COR.

4.2 Finish surfaces shall be free from runs, drips, ridges, waves, laps, brush marks and variations in colors.

a. Apply additional coats when undercoats, stains or other conditions show through final paint or finish coat, until paint film is of uniform finish, color and appearance.

PAINT CLASSIFICATION:

1. Interior Walls: Apply (2) coats of egg-shell / satin finish acrylic latex paint.

2. Trim and doors: Apply (2) coats of semi-gloss acrylic latex paint.

3. Masonry: Apply (2) coats of elastomeric masonry paint.4. EFIS: Apply (2) coats of Semi-gloss acrylic latex paint.5. High bay areas: Apply (2) coats of a high gloss coating

applied to provide maximum illumination of the work areas.6. Exterior Metal (AST, Stairs, Generators, etc.)

Apply (4) coat system based on PPG Protective Coatings System: Prep 88, AMERLOCK® Sealer, AMERCOAT® 240, PSX®1001.

7. Exterior Wood (ie. Decks, gazebos, etc.) Apply stain / waterproofer to provide maximum protection of structure.

SPECIFICATIONS:

1. EXTERIOR PAINT

1.1. Primer, Sealer (New and repaired surfaces)a. Color: White, tintableb. Clean-up Solvent: Soap and water c. Finish: Non-Flat

i. Gloss: 8-15 units @ 60 degreesd. Density: 10.2 lbs./gale. Solids: 36-47%f. VOC: 0-100 g/L maximum

1.2. Semi-Gloss (Doors, Trim)a. Color: White, Ready mix & custom colorsb. Clean-up Solvent: Soap and water c. Finish: Semi-Gloss

i. Gloss: 38-60 units @ 60 degreesd. Density: 10.28 lbs./gal maximume. Solids: 35-48%f. VOC: 0-100 g/L maximum

1.3. Elastomeric Masonry Coating (CMU, stucco, Concrete and Masonry surfaces)

a. Color: White, tintable & Deep Baseb. Clean-up Solvent: Soap and water c. Finish: Flatd. Density: Smooth, 11.12 lbs./gale. Solids: 43-59%f. VOC: 0-100 g/L maximum

PA

INT

AN

D F

LO

OR

ING

IN

BL

DG

S; B

B1

1,

16

01

US

MC

CA

MP

LE

JE

UN

E

DR

AW

N

BY

MA

XIM

OP

AG

E T

ITL

ER

EV

A2

45

60

57

5A

S4

24

FIN

AL

LE

E, T

IMO

TH

Y M

CIV

DA

TE

9/1

9/2

01

4C

ON

TR

AC

T #

N4

00

85

-15

B-0

40

8S

HE

ET

3 O

F 5

RE

PA

IR, P

RIM

E, P

AIN

T A

ND

RE

PL

AC

E

FL

OO

RIN

G-

BL

DG

AS

41

08

- ‘C

’ W

ING

45

64

55

8

11

/14

/20

14

RE

PA

IR &

PA

INT

SU

RF

AC

ES

AT

VA

RIO

US

BL

DG

S: 3

16

, R

R5

0, 1

61

3(A

ST

), S

2C

(GA

ZE

BO

),

H1(2

-G-S

), A

S4

24,

TT

43

(GE

NE

RA

TO

R),

10

37

45

83

07

9

3/1

9/2

01

5C

ON

TR

AC

T #

N4

00

85-1

5B

-XX

XX

RE

PA

IR &

PA

INT

SU

RF

AC

ES

AT

VA

RIO

US

BL

DG

S: A

S4

24

, D

D3

, D

D4

, D

D5

, D

D6

, D

D3

6,

RR

50

45

83

00

1

3/2

3/2

01

5C

ON

TR

AC

T #

N4

00

85-1

5B

-XX

XX

CO

NT

RA

CT

# N

40

08

5-1

5B

-04

39

RE

PA

IR &

PA

INT

SU

RF

AC

ES

AT

VA

RIO

US

BL

DG

S: A

S4

24

, D

D3

, D

D4

, D

D5

, D

D6

, D

D3

6,

DD

37

, R

R5

0

8/5

/20

15

AS424

N.I.C.

LOADING DOCK OVERHANG(TYP)

LOADING DOCK OVERHANG

AS424

PRESSURE WASH, REPAIR, CAULK, PRIME AND PAINT ALL

PREVIOUSLY PAINTED:

EXTERIOR WALLS

DOORS / DOOR FRAMES

WINDOWS & TRIM.

OVERHEAD OF LOADING DOCK.

**DO NOT PAINT EXPOSED BRICK NOT PREVIOUSLY

PAINTED.

(NOT TO SCALE)

170'-0"

18

'-0

"

55'-0"

RAMP

(TYP)

1

2

3

4

1

1

2

2

2

2

2

2

2 2

2222

3

4

4

1

PA

INT

AN

D F

LO

OR

ING

IN

BL

DG

S; B

B1

1,

16

01

US

MC

CA

MP

LE

JE

UN

E

DR

AW

N

BY

MA

XIM

OP

AG

E T

ITL

ER

EV

A3

45

60

57

5R

R5

0F

INA

L

LE

E,

TIM

OT

HY

M C

IVD

AT

E9

/19

/20

14

CO

NT

RA

CT

# N

40

08

5-1

5B

-04

08

SH

EE

T4

OF

5

RE

PA

IR, P

RIM

E, P

AIN

T A

ND

RE

PL

AC

E

FL

OO

RIN

G-

BL

DG

AS

41

08

- ‘C

’ W

ING

45

64

55

8

11

/14

/20

14

RE

PA

IR &

PA

INT

SU

RF

AC

ES

AT

VA

RIO

US

BL

DG

S:

31

6,

RR

50

, 1

61

3(A

ST

), S

2C

(GA

ZE

BO

),

H1

(2-G

-S),

AS

42

4,

TT

43

(GE

NE

RA

TO

R),

10

37

45

83

07

9

3/1

9/2

01

5C

ON

TR

AC

T #

N4

00

85

-15

B-X

XX

X

RE

PA

IR &

PA

INT

SU

RF

AC

ES

AT

VA

RIO

US

BL

DG

S: A

S4

24

, D

D3

, D

D4

, D

D5

, D

D6

, D

D3

6,

RR

50

45

83

00

1

3/2

3/2

01

5C

ON

TR

AC

T #

N4

00

85

-15

B-X

XX

XC

ON

TR

AC

T #

N4

00

85

-15

B-0

43

9

RE

PA

IR &

PA

INT

SU

RF

AC

ES

AT

VA

RIO

US

BL

DG

S: A

S4

24

, D

D3

, D

D4

, D

D5

, D

D6

, D

D3

6,

DD

37,

RR

50

8/5

/20

15

RR50

PRESSURE WASH, REPAIR, CAULK, PRIME AND PAINT ALL

PREVIOUSLY PAINTED EXTERIOR WALLS, DOORS, DOOR

FRAMES, WINDOWS & TRIM.

ALL REPAIRS TO EXTERIOR MASONRY / STUCCO SURFACE

SHALL MATCH OR BE OF SAME MATERIALS AS ORIGINAL.

(NOT TO SCALE)

120'-0"

28

'-0

" N.I.C.

PA

INT

AN

D F

LO

OR

ING

IN

BL

DG

S; B

B1

1,

16

01

US

MC

CA

MP

LE

JE

UN

E

DR

AW

N

BY

MA

XIM

OP

AG

E T

ITL

ER

EV

A4

45

60

57

5D

D3

, D

D4

, D

D5

, D

D6

, D

D3

6, D

D3

7F

INA

L

LE

E,

TIM

OT

HY

M C

IVD

AT

E9

/19

/20

14

CO

NT

RA

CT

# N

40

08

5-1

5B

-04

08

SH

EE

T5

OF

5

RE

PA

IR, P

RIM

E, P

AIN

T A

ND

RE

PL

AC

E

FL

OO

RIN

G-

BL

DG

AS

41

08

- ‘C

’ W

ING

45

64

55

8

11

/14

/20

14

RE

PA

IR &

PA

INT

SU

RF

AC

ES

AT

VA

RIO

US

BL

DG

S:

31

6,

RR

50

, 1

61

3(A

ST

), S

2C

(GA

ZE

BO

),

H1

(2-G

-S),

AS

42

4,

TT

43

(GE

NE

RA

TO

R),

10

37

45

83

07

9

3/1

9/2

01

5C

ON

TR

AC

T #

N4

00

85

-15

B-X

XX

X

RE

PA

IR &

PA

INT

SU

RF

AC

ES

AT

VA

RIO

US

BL

DG

S: A

S4

24

, D

D3

, D

D4

, D

D5

, D

D6

, D

D3

6,

DD

37,

RR

50

45

83

00

1

8/5

/20

15

CO

NT

RA

CT

# N

40

08

5-1

5B

-XX

XX

CO

NT

RA

CT

# N

40

08

5-1

5B

-04

39

(NOT TO SCALE)

DD36

DD3

MCAS NEW RIVER

OPEN

SHOWER AREA

OPEN

SHOWER AREA

DD4

DD5

DD6

17'-

0"

23'-0"

23'-0"

5'-

0"

URINAL

TROUGH

URINAL

TROUGH

PRESSURE WASH INTERIOR, TREAT

WITH BLEACH SOLUTION, REMOVE

AND APPLY NEW CAULK AROUND

FIXTURES, REPAIR, PRIME AND

PAINT ALL PREVIOUSLY PAINTED

INTERIOR SURFACES, INCL

CEILINGS.

PRESSURE WASH, REPAIR, CAULK,

PRIME AND PAINT ALL PREVIOUSLY

PAINTED EXTERIOR WALLS, DOORS,

DOOR FRAMES, WINDOWS & TRIM.

ALL REPAIRS TO EXTERIOR

MASONRY / STUCCO SURFACE

SHALL MATCH OR BE OF SAME

MATERIALS AS ORIGINAL.

BLDGS DD3, DD4, DD5, DD6, DD36

AND DD37 ARE TYPICAL TO EACH

OTHER.

6'-0"

DD37