Manufactured Home Rogers County

Total Page:16

File Type:pdf, Size:1020Kb

Manufactured Home Rogers County

Cherokee Nation www.cherokee.org

REQUEST FOR BIDS

Manufactured Home – Rogers County

BID # A10-08-11-834

Bid Due Date: September 13, 2011

CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000

1 CHEROKEE NATION BID REQUEST MANUFACTURED HOME – ROGERS COUNTY

The Cherokee Nation is accepting bids from interested parties to supply, deliver, and set- up one (1) manufactured home in Rogers County, including site preparation. Interested parties are to provide bids to furnish all labor, quality control, materials, supplies, and supervision to complete the entire project. The specifications and scope of work are available in the bid packet. Interested parties must follow all directions outlined in this bid packet including the utilization of mandatory bid response sheet to be considered fully responsive.

The lowest most responsive, responsible bid will be the determining factor in awarding this bid taking Indian Preference into consideration in accordance with Cherokee Nation Acquisition Management Policy and Procedures. The successful bidder will be issued a purchase order incorporating the bid response and must be willing to enter into an agreement with the Cherokee Nation. The subsequent contract must be fully executed within ten (10) days of award or the bid will become null and void, and the next lowest most responsive/responsible bid will be considered. Award of contract will be subject to availability of funds.

Bids are due September 13, 2011 by 5:00 p.m.

MANDATORY SUBMITTAL INFORMATION: Bid submittal requirements must be followed. Each bid must be submitted on the prescribed, required form with all areas completed. Bids may be faxed to the attention of Michelle Parsons or Pam Jumper at (918) 458-4493 or (918) 458-7695 or e-mailed to [email protected] or [email protected]. It is the bidder’s responsibility to ensure delivery of bids by September 13, 2011 by 5:00 p.m. Any bids received after the designated date and time will be ineligible for award.

Interpretation of the Bid Documents: All questions or requests for interpretation of the bid must be submitted in written format to Cherokee Nation Acquisition Management. Requests maybe e-mailed to [email protected] or pam- [email protected]. Requests may also be faxed to (918) 458-4493 or (918) 458- 7695, Attention: Michelle Parsons or Pam Jumper. Responses will be posted on the website www.cherokeebids.org with the Request for Bid information.

Bid Acceptance: Bids will be accepted from Indian and Non-Indian bidders. Cherokee Nation reserves the right to reject any and all bids. Cherokee Nation reserves the right to determine if a bid meets stated requirements, and to award a purchase order for the bid that is in the best interest of the Cherokee Nation including but not limited to the total cost and capability of the bidder. Bidders are responsible for any and all costs associated with the preparation and submission of bids. To be considered, bids must be received by the specified date and time; any bid received after stipulated date and time will be

2 returned unopened. No bidder may withdraw their bid within 30 days after proposal due date.

TERO Certification: Indian preference will be given only to bidders who provide proof of current certification from the Cherokee Nation Tribal Employments Office (TERO) located in Tahlequah, Oklahoma, telephone number (918) 456-0671. Proof of TERO certification must accompany and be included in bid submittal.

TERO Requirements: Cherokee Nation TERO Office requirements apply including fee of ½ of 1% of contract award. Successful bidder must complete TERO Labor Agreement and pay all applicable fees, including $25.00 per non-Indian employee working on this project. Please refer to Legislative Act 38-05 dated 11-14-2006 repealing and superseding Cherokee Nation law regarding Labor and the Employment Rights Ordinance and Declaring an Emergency; the successful bidder must have fees and all paperwork submitted to TERO for contract to be considered fully executed.

Method of Award – Lowest Bid That Contains Lowest Most Responsive/Reasonable Offer From Qualified Bidder: After consideration of price and other factors, the purchase order will be awarded to the bidder whose bid is determined to be the lowest most responsive/reasonable offer and in the best interest of the Nation to accept. Award shall be to the lowest, most responsive/reasonable bid in accordance with Cherokee Nation Acquisition Management Policy and Procedures. The lowest most responsive, responsible bid will be the determining factor in awarding this bid taking Indian Preference into consideration accordance with Cherokee Nation Acquisition Management Policy and Procedures. To be considered fully responsive all mandatory bid forms must be completed and submitted by bid deadline. To determine whether a bidder is responsible, the following factors will be given consideration: number of current or pending projects; percentage of projects completed on time from previous awards; quality of work on previous projects. If no previous work history with the Nation, then Qualification of Bidder will be reviewed. The successful bidder will be issued a purchase order incorporating the bid response and must be willing to enter into an agreement with the Cherokee Nation. TERO Preference will be given only to bidders who provide proof of current TERO certification from the Cherokee Nation Tribal Employments Office (TERO). Proof of TERO certification must accompany and be included in sealed bid submittal.

Qualifications of Bidder: The NATION may make such investigations as deemed necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the NATION all such information and data for this purpose as the NATION may request. The NATION reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the NATION such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted.

3 Drug Free Workplace and Tobacco Free Workplace - Any Contractor performing work for the Cherokee Nation agrees to publish a statement notifying all employees, subcontractors, and other workers that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the Contractor’s workplace and specifying the actions that will be taken against violators of such prohibition. The NATION will consider lack of enforcement or lax enforcement of the statement by Contractor a default of the contract. The Contractor further agrees to provide all persons engaged in performance of the contract with a copy of the statement. The Contractor understands and recognizes that all Cherokee Nation buildings, whether leased or owned, and the grounds surrounding those facilities are considered by the Nation to be a tobacco free workplace. The Contractor will ensure all employees, subcontractors, and other workers will abide by this policy.

Wage Rate: All laborers and mechanics employed by contractors and subcontractors shall be paid wages at rates not less than those prevailing on projects of character similar in the locality as determined by the Secretary of Labor in accordance with the Davis- Bacon Act. Wage Rate # OK20100007 is applicable to this project and included.

Subcontracts: The successful bidder is specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under this contract must also be acceptable to NATION. Any proposed subcontracts must be approved by the NATION, and the TERO office must be consulted prior to subcontractor being on site to ensure all appropriate forms, paperwork, and approvals are in place. Successful bidder will be required to complete the Request for Acceptance of Subcontractor at time of contract signing if subcontractor to be utilized.

Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters: The responding party certifies to the best of its knowledge and belief that the person, the firm, or any of its principals are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency or Indian tribe. The bidder will also certify they have not, within a three-year period preceding this Request for Proposal, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, Local or Tribal) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commissions of embezzlement, theft, forgery, bribery, falsifications or destruction of records, making false statements, and are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in this provision. The responding party certifies they have not, within a three-year period preceding this Request for Proposal, had one or more contracts terminated for default by a Federal, State, Local or Tribal agency. The responding party shall provide immediate written notice to the Cherokee Nation if, at any time prior to contract award, the person learns its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

4 General Information: Cherokee Nation reserves the right to waive any informalities or to reject any and all bids. Award of purchase order will be to the lowest most responsible responsive bidder in accordance with Cherokee Nation Acquisition Management Policy & Procedure, and will be subject to availability of funds. Indian preference will be given to Contractors certified as an Indian-Owned firm by the Cherokee Nation Tribal Employment Rights Office (TERO). Proof of certification must accompany all bids. Davis-Bacon wage scale, if applicable to work required, will apply. No bidder may withdraw their bid within thirty (30) days after bid opening date.

A prospective contractor seeking to receive Indian Preference under this contract must be certified as an Indian-owned firm by the Cherokee Nation Tribal Employment Rights Office (TERO) and submit proof of that certification with their bid.

Contractor’s Insurance Requirements: Before performing contractual services on the behalf of or for the Cherokee Nation, compliance with the following insurance requirements must be verified:

** Provide a Certificate of insurance naming the Cherokee Nation as a certificate holder and additional insured with respect to general liability, automobile liability, and builders risk policies, as their interest may appear with respect to the operations defined in this bid packet. The certificate shall reflect that coverage has been placed with an AM Best Rated Carrier of at least A IX and will contain the following information for each required coverage: 1) Type of insurance 2) Policy number 3) Effective date 4) Expiration date 5) Limits of Liability (this amount is usually stated in thousands) 6) Thirty day notice of cancellation, except ten-day cancellation clause will apply for nonpayment of premium.

** Required Coverages: 1) Worker's Compensation and Employer's Liability: Limits of Liability: Bodily Injury by Accident: $100,000 each accident Bodily Injury by Disease: $500,000 policy limit Bodily Injury by Disease: $100,000 each employee Oklahoma Statute requires Worker's Compensation coverage for anyone with one (1) or more employees. Contractor’s worker’s compensation policy shall include a waiver of subrogation in favor of Cherokee Nation of Oklahoma.

2) General Liability: Coverages: Commercial (including products/completed operations) with specific reference made to coverage for lead abatement (as this is usually excluded under standard commercial general liability policies). In addition to the additional insured endorsement, the commercial general liability policy

5 shall also include a waiver of subrogation in favor of Cherokee Nation of Oklahoma. Limits of Liability: Bodily Injury and Property Damage Combined: $1,000,000 (each occurrence)

3) Automobile Coverage: Vehicles Covered: All Autos Hired Autos Non-owned Autos Limits of Liability: Bodily Injury and Property Damage Combined: $1,000,000

NOTE: The Contractor shall either: (1) require each of his subcontractors to procure and to maintain during the life of his subcontract, Subcontractor's Public Liability and Property Damage for the type and in the same amounts as specified above, or (2) insure the activities of this subcontractors in his own policy. Each subcontractor policy must also name Cherokee Nation as an additional insured with respect to general liability and auto liability.

6 SPECIFICATIONS AND SCOPE OF WORK

Cherokee Nation will be accepting bids for the completion of manufactured homes. This home will be located in Rogers County. Work will be completed according to specifications. There will be one (1) home.

Vendor will bid per unit with mileage and transportation included in bid price. Contractor selected will be given a 30 notice with an additional six weeks to complete this individual home.

Submit bids on bid form (provided). All attached bid documents must be signed and dated by contractor.

Payments will be made in one (1) phases as follows: upon completion of job (100%). Payment will be paid upon completion and acceptance of work on each individual unit and approved by the Inspector and Cherokee Nation Housing Rehab Office.

Contracts must be executed within ten days of award or the bid will become null and void, and the next lowest most responsive bid will be considered.

ALL BIDS MUST BE RECEIVED NO LATER THAN TUESDAY, SEPTEMBER 13. 2011 at 5:00 PM Late bids will not be accepted or considered.

Wage rates #OK20100007, are applicable to this project and included.

1. Specifications together with all necessary form documents are available on the website www.cherokeebids.org to all qualified contractors, may be picked up or requested at the Cherokee Nation Purchasing Department, 17665 S. Muskogee, Tahlequah Oklahoma.

2. Questions concerning this bid should be submitted in written format to email addresses or fax numbers listed in bid documents.

3. The intent of this contract is that the Contractor shall base his bid amount upon the Specifications, but that all work installed shall comply with all applicable codes and regulations as amended by any waivers.

4. The submission of a bid shall indicate the bidder thoroughly understands the Specifications, Conditions and the Scope of Work.

5. All equipment, material, and articles furnished under this contract shall be new and of the most suitable grade for the purpose intended, unless otherwise specifically

7 provided in this contract.

6. All work must be performed in a workmanlike manner.

7. The Contractor shall at all times keep the work area, including storage areas, free from accumulations of waste materials.

8. There will be (1) contract issued with a Purchase Order for this solicitation.

9. Size of home- 3 Bedroom Level I ADA

10. Homes will be Total Electric.

11. Contractor shall build the pad.

12. Contractor shall furnish a copy of floor plans with bid.

13. Cherokee Nation will install septic system.

14. Cherokee Nation will do final grade of yard.

15. Cherokee Nation will hook the electric to the home.

16. Cherokee Nation will hook the water to the home.

COLOR SELECTIONS: All selections will be the same on all homes. Shingle: Cedar Blend Siding: Tan Carpet: Tan Tile: Tan Counter Top: Tan Interior Paint: Off White

8 MANUFACTURED HOME SPECIFICATIONS

All materials and workmanship must comply with the “Manufactured Home Construction and Safety Standards Act,” and all other state, and federal laws and guidelines, which provide direction for the manufactured housing industry. Homes must meet all zone requirements for the state of Oklahoma. This includes wind resistance, insulation, and any other construction aspects that fall under zone requirements.

Terms of All Warranties Including Construction Materials (flooring, decking, shingles, etc.) Shall Accompany Bid.

In addition to compliance with these regulations, the following MINIMUM specifications must be adhered to (bidders can offer houses which exceed these minimum standards).

Size shall be: 2 Bedroom: 14 feet X 48 feet (maximum of 672 sq. ft. without tongue) 3 Bedroom: 16 feet X 80 feet (maximum of 1280 sq. ft. without tongue)

Roof Plywood sheathing ½ inch APA grade, CDX exterior plywood or oriented strand (OSB). (Provide Warranty Information)

Shingles Asphalt Composition Shingles that must carry 20-year warranty. (Provide Warranty Information) Black Felt Paper underlay, #15 lb.

Floors 3/4” Tongue and Groove (T&G) Plywood or T&G Oriented Strand Board (OSB) is acceptable on floors only if backed with five (5) year warranty. (Provide Warranty Information) Joists must be at least 2” X 6”, on 16” Center Metal I-Beam is “preferred to be 12”

Exterior Walls Outriggers spaced no greater than four (4) feet apart At least 24” on 16” Center A single bottom plate and double top plate shall be used. Where headers are required, doubled 2” X 4” shall be used. Walls shall be insulated with fiberglass insulation for R-13 rating, R-22 Ceiling, R- 11 Floors Exterior shall have HUD Approved House Wrap.

9 Interior – ½ inch High-Strength Sheetrock Ceiling. Drywall shall be vinyl wrapped/vinyl covered 100%

Exterior Siding Vinyl Siding/Metal Siding (At least .040 in thickness).

Interior Walls All interior side walls MUST be at least seven (7) feet, six (6) inches (90 Inches) Partition walls shall be 2” X 4” on 24” Center with a single bottom plate and a single top plate.

Doors Exterior entry doors shall be standard 1¾” S.C. or standard metal entry. Front Door shall be 3’0” Back Door shall be 2’8” (3’0” if handicap ramp is required) 3’0” Interior doors shall be standard 1⅜” H.C.

Storm Doors Front and Back (Exception – necessary out-swing doors)

Windows Insulated Thermal Pane

Ceilings ½ inch Sheetrock Construction Vinyl wrapped or fiber ceiling tiles

Ceiling Fans Living room and master bedroom must be wired and braced for ceiling fans. Ceiling fans shall be installed.

Kitchen Stainless steel sinks Vented (Duct-type) Range Hood Vinyl Floor Covering (Must meet minimum FHA requirements)

Cabinets Hard wood face and doors (OAK) Standard mobile home cabinets/meet or exceed HUD/FHA standards.

Appliances Refrigerator – At least 18 Cubic Feet. At Least a 30-inch Electric Range Dishwasher

Hot Water Heater 2 Bedroom – At Least 30 Gallon Capacity – double element 3 Bedroom – At Least a 40 Gallon Capacity – double element

10 Curtains and Mini-blinds throughout

Bathroom Vinyl Floor Covering (Must meet minimum FHA requirements) Towel bars and tissue holders required. Tub must have tub surround.

Laundry Room Vinyl Floor Covering (Must meet minimum FHA requirements)

Carpeting Throughout except where otherwise noted FHA approved with 7/16 oz. pad Plumbing Interior whole-house water cut-off valve. Brass faucets in laundry room.

Central Heat / Air Conditioning At Least 3 Ton Rated for 2 bedroom and 3.5 Ton Rated for 3-4 bedrooms. All units will be 13 seer. Mounted on Concrete Base or approved equivalent material.

Bid Price Includes (Vendor must bid break down of prices, see attached bid form) All Homes will be Total Electric Demo of existing home Delivery All Fees and Permits for transport of home Pad, pad will be built 6 feet wider and longer then home and home centered in pad. Setup (Includes all associated material and labor costs) Concrete Pier Runners with fiber mesh Reinforced at Least 12 inches X 12 inches X 8 feet Perpendicular to House No Greater than eight (8) feet O.C. 6 Mill vapor barrier Leveled, Blocked and Tied Down Tie Downs set in Concrete Pier Runners

Removal of: Tires/Axles/Tongue (The Above Items Shall be Returned to Cherokee Nation Housing Rehab Office)

Skirting Installed - Metal Only (29 Gauge, Tan in color) Air Conditioning Unit Installed

Porches (Standard): All new decks shall conform to the local building code. All materials, design, and construction shall result in a deck that will support a minimum of 40 pounds per square foot loading (40 lbs./sq. ft.) Porch, step and

11 handrail/guardrail shall be constructed using pressure treated yellow pine. The Inspector shall approve the design.

Front Porch: Shall be at least six (6) feet wide by eight (8) feet long.

Back Porch: Shall be at least four (4) feet wide by six (6) feet long

Outside of code enforcement area: If the deck of the porch is higher than 12 inches and below 30 inches above grade, a handrail / guardrail shall be installed between 34” – 38” above deck. When the height of the deck is 30” or more, the guardrail shall be a minimum of 42” high. Spacing of balusters or intermediate guardrail shall be such that a sphere 4” in diameter cannot pass through.

HANDICAP LEVEL I OR II

If the home is marked Level Handicap I or Level Handicap II, the attached descriptions are to be followed in the construction of the home. SITE PREPARATION: If the home is marked “SITE PREPARATION” this means that you are to indicate all costs of trimming limbs in order to get Manufactured Home set, demo of existing structure and building pad.

Site evaluation may be scheduled by contacting David Pruitt at (918) 774-0321 or (918) 458-7810. LEVEL I HANDICAP

Prevention services will include the following adaptive equipment but is not limited to:

 Grab bars in the bathroom, shower and stool area.  A handicap stool or a high riser toilet set if necessary.  Transfer bench for use in the tub and/or shower, elderly shower stall.  Glide-bar mounted personal hand-shower.  Shower equipped with “anti-scald” valve.

LEVEL II HANDICAP

Prevention services will include the following adaptive equipment but is not limited to:

 Grab bars in the bathroom, shower and stool area.  A handicap stool or a high riser toilet if necessary.  Handicap Shower (Wheel Chair Accessible or Foldout Shower Seat)  A transfer bench for use in the tub and/or shower, elderly shower stall.  Glide-bar mounted with “anti-scald” valve.  Grab Bars  All Entryways Must Be 36 Inches  All Hallways Must be at Least 36 Inches  Must include 8’ X 10’ front porch with handrails and a 4’ X 6’ back porch with handrails. (Back porch shall be at least 5’ X 6’ if ramp is placed at the back door.)

12  Handicapped ramp permanently attached to front porch.

BID PRICE EXCLUDES: TAX, TITLE, TAG AND INSURANCE

Site evaluation may be scheduled by contacting Lewis Proctor @918-822-2829 or John Easter @ 918-316-4051.

PORCH CONSTRUCTION

Support Posts 4” X 4” pressure treated southern pine. Posts shall be protected from direct contact with soil by setting in concrete or mounting to existing concrete with fasteners designed for such purpose.

Hardware All fasteners and hardware shall be galvanized steel. Carriage bolts shall be a minimum ½” times a sufficient length to bolt through the material. Support beam shall be of sufficient size to carry the load of the deck. It is suggested that it be a double 2” X 6” either bolted to both sides of the 4” X 4” posts, or notched and bolted to the support posts. The ledger board shall be bolted to the house with two fasteners every 15” on center. Fasteners shall be appropriate for the material that the ledger board is fastened to. Joists must be at least 2” X 6” on 16” Centers and it is suggested that the joists be toe nailed to the top of the beam. The floor joists shall be fastened to the ledger board with galvanized joist hangers.

Deck Flooring 2” X 6” pressured treated southern yellow pine or written approved equal.

Fasteners 2¾” galvanized deck screws. At least two (2) per joist. Screws shall be counter-sunk to a sufficient depth so that the screw head will remain below the surface after shrinkage.

Handrails 2” X 6” pressure treated lumber for top rail (horizontal). 2” X 4” pressure treated lumber for inside rail (vertical). Bumper guardrails must be 2” x 4” installed 3” above flooring.

13 Outside of code enforcement area: If the deck of the porch is higher than 12 inches and below 30 inches above grade, a handrail/guardrail shall be installed between 34”-38” above deck. When the height of the deck is 30” above or more, the guardrail shall be minimum of 42” high. Spacing of balusters or intermediate guardrail shall be such that the sphere 4” in diameter cannot pass through.

All exposed parts of the deck shall be sealed with a product suitable to the type of wood used. Consult with the Inspector before applying.

HANDICAP RAMPS, LANDINGS AND PORCHES DIMENSIONS

Ramps must comply with local codes and the provisions of the Americans with Disabilities Act (ADA).

Material specifications may be exceeded in quality, strength, and durability at the discretion of the contractor and approved by the Inspector.

Slope and Rise of Ramp - The least possible slope shall be used for any ramp. Maximum Slope – 1:12 Maximum Rise – 30 inches

Width - The minimum clear width of the ramp shall be 36 inches.

Landings - Ramps shall have landings at bottom and top of each ramp run. Landings shall have the following features: 1. The landing shall be at least as wide as the ramp run leading to it. 2. The landing length shall be a minimum of 60 inches clear. 3. If ramps change direction at landings, the minimum landing size shall be 60 inches by 50 inches. 4. If a doorway is located at a landing, then the area in front of the doorway shall comply with the following; a) Outward swinging door (width = 5 feet [60 inches], depth = 3 feet [36 inches]} b) Inward swinging door (width = 5 feet [60 inches], depth = 3 feet [36 inches]) 2. The ramp landing shall begin at a point level with the house entry door. 3. The ramp shall end at a smooth, seamless transition with adjacent surfaces. This shall be accomplished by cutting into surfaces, forming, reinforcing and pouring concrete to edge of ramp end point.

The ramp-end landing must provide for easy transfer from landing to a transportation vehicle.

If a ramp run has a rise greater the six inches or a horizontal projection greater than 72 inches, then it shall have handrails on both sides. Handrails shall have the following feature: 1. Handrails shall be provided along both sides of ramp segments. 2. The inside handrail on switch back or dogleg ramps shall always be continuous.

14 3. If handrails are not continuous, they shall extend at least 12 inches beyond the top and bottom of the ramp segment and shall be parallel with the floor or ground surface. 4. The clear space between the handrail and the wall shall be 1½ inch. 5. Gripping surfaces shall be continuous. 6. Top of handrail gripping surfaces shall be mounted between 34 inches and 38 inches above ramp surfaces. 7. Ends of handrails shall be either rounded or returned smoothly to floor, wall or post. 8. Handrails shall not rotate with their fittings. 9. Gripping surfaces shall be uninterrupted by newel posts, other construction elements, or obstructions. 10. The diameter of the gripping surfaces of a handrail or grab bar shall be 1¼ inches to 1½ inches or the shape shall provide and equivalent gripping surface.

All barriers to proper ramp construction shall be removed and replaced (if necessary) including but not limited to: 1. Existing handrails and support posts. 2. Existing driveway and sidewalk surfaces. 3. Landscaping, trees, shrubs, etc. 4. Existing ramps.

The cross slope of ramp surfaces shall be no greater than 1:50. Ramp surfaces shall be slip proof.

Outside of code enforcement area: If the deck of the porch is higher than 12 inches and below 30 inches above grade, a handrail/guardrail shall be installed between 34” – 38” above deck. When the height of the deck is 30” or more, the guardrail shall be a minimum of 42” high. Spacing of balusters or intermediate guardrail shall be such that a sphere 4” in diameter cannot pass through.

HANDICAP RAMP, LANDING, AND PORCH CONSTRUCTION

Construction material must be pressure treated yellow pine

Support Posts 4” X 4” pressure treated southern pine. Posts shall be protected from direct contact with soil by setting in concrete or mounting to existing concrete with fasteners designed for such purpose.

Hardware All fasteners and hardware shall be galvanized steel. Carriage bolts shall be a minimum ½” times a sufficient length to bolt through the material.

Support beam shall be of sufficient size to carry the load of the deck. It is suggested that it be a double 2” X 6” either bolted to both sides of the 4” X 4” posts, or notched and bolted to the support posts.

15 The ledger board shall be bolted to the house with two fasteners every 15” on center. Fasteners shall be appropriate for the material that the ledger board is fastened to.

Joists must be at least 2” X 6” on 16” Centers and it is suggested that the joists be toe nailed to the top of the beam.

The floor joists shall be fastened to the ledger board with galvanized joist hangers.

Deck Flooring

2” X 6” pressured treated southern yellow pine or written approved equal.

Fasteners 2¾” galvanized deck screws. At least two (2) per joist. Screws shall be counter-sunk to a sufficient depth so that the screw head will remain below the surface after shrinkage.

Handrails 2” X 6” pressure treated lumber for top rail (horizontal). 2” X 4” pressure treated lumber for inside rail (vertical). Bumper guardrails must be 2” x 4” installed 3” above flooring. Rail pieces shall be fastened to conform to handrail construction needed above. Properly treated metal handrails may be used. Floor of ramp shall be 2” X 12” Pressure Treated Southern Yellow Pine Flooring 2” X 12” boards shall run lengthwise to ramp.

Outside of Code Enforcement Area: If the deck of the porch is higher than 12 inches and below 30 inches above grade, a handrail/guardrail shall be installed between 34”–38” above deck. When the height of the deck is 30” above or more, the guardrail shall be minimum of 42” high. Spacing of balusters or intermediate guardrail shall be such that the sphere 4” in diameter cannot pass through.

All exposed parts of the deck shall be sealed with a product suitable to the type of wood used. Consult with the Inspector before applying.

Use “SKID-NO-MORE” paint or written approved equal SLIP PROOF MATERIAL on flooring surface.

To schedule site visits, Contact John Easter @918-316-4051. Site Directions/Legal Description

Cynthia Fletcher

16 5610 E. 430 Rd., Oologah, OK 74053 (918) 443-6589 or (918) 606-2110

Directions: From Tulsa take highway 169 North to Collinsville, go past Collinsville 7 miles to S4090 Rd. turn right onto 4090 and go 1.8 miles then turn right onto E. 430 and ¼ of a mile to the white mobile with green trim. Mailbox # 5610 on the left side of the road.

Legal: A One-half Acre tract of land in the NW ¼ of the NE ¼ of Section 17, Township 22 North, Range 15 East of the I.B.&M., Rogers county, Oklahoma, more particularly described as follows: Beginning at a point 2078.72 feet West of the Northeast corner of Section 17, Township 22 North, Range 15 East; thence South a distance of 208.72 feet; thence West a distance of 104.36 feet to a point; thence North a distance of 208.72 feet, thence East a distance of 104.36 feet to the point of beginning.

MANDATORY BID RESPONSE FORM: BID # A10-08-11-834

BID DUE DATE: SEPTEMBER 13, 2011; 5:00 p.m.

17 DATE: ______

BID PACKET: A10-08-11-834

DESCTIPTION: Cynthia Fletcher One Manufactured Home

The undersigned hereby proposes and agrees, if this bid were accepted, to furnish all labor, quality control, materials, supplies, and supervision to supply, deliver, and set-up of one (1) manufactured home in Rogers County, including site preparation; and, to provide insurance certificates, enter into an agreement, and to perform the work required thereof within the time specified after receipt of “NOTICE TO PROCEED”,

3 Bedroom LEVEL I ADA $______

Delivery and Set up, Tie Down $______

Site Preparation Per Hour $______

Front and Back Porch $______

Concrete Runners 16X80 $______

Skirting 16 X 80 $______

Demo $______

Pad $______

TOTAL $______

MANDATORY BID RESPONSE FORM: BID # A10-08-11-834

NOTE TO BIDDERS REGARDING INDIAN PREFERENCE:

18 TERO Certified Contractor: _____ Yes _____ No (Proof of certification must accompany all bids)

SUBMITTED: ______Company Name

______Company Address

______Authorized Signature

______Print Name & Title

______Date

19 20 21 22 GENERAL DECISION: OK20100007 03/12/2010 OK7

Date: March 12, 2010 General Decision Number: OK20100007 03/12/2010

Superseded General Decision Number: OK20080007

State: Oklahoma

Construction Type: Residential

Counties: Adair, Cherokee, Craig, Delaware, Mayes, Nowata, Ottawa, Rogers, Sequoyah, Wagoner and Washington Counties in Oklahoma.

RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family homes and apartments up to and including 4 stories)

Modification Number Publication Date 0 03/12/2010

* SUOK1997-001 09/01/1997

Rates Fringes

Air Conditioning Mechanic...... $ 7.25

BRICKLAYER...... $ 7.25

CARPENTER...... $ 7.25

CEMENT MASON/CONCRETE FINISHER...$ 7.25

Drywall Installer & Sheetrocker...... $ 7.25

ELECTRICIAN...... $ 7.25

FLOOR LAYER: CARPET (SOFT) FLOOR...... $ 7.25

Insulation Installer...... $ 7.25

Ironworker...... $ 7.25

LABORER Laborers...... $ 7.25

PAINTER Brush...... $ 7.25 Tapers and Finishers...... $ 7.25

PLUMBER/PIPEFITTER...... $ 7.25

Power equipment operators: Backhoe...... $ 7.25 Bulldozers...... $ 7.25

23 Graders...... $ 7.25 Tractors (small)...... $ 7.25 Trenching machine...... $ 7.25

ROOFER, Including Built Up, Composition and Single Ply Roofs...... $ 7.25

Sheet metal worker...... $ 7.25

TILE SETTER...... $ 7.25

TRUCK DRIVER...... $ 7.25 ------

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ======

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

------

In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing.

------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

24 Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION

25

Recommended publications