Dump Station Removal & Area Improvement
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Oct 02, 2024 12:16 pm CDT
- Original Published Date: Sep 18, 2024 07:43 am CDT
- Updated Date Offers Due: Oct 04, 2024 05:00 pm CDT
- Original Date Offers Due: Oct 02, 2024 11:00 am CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Oct 19, 2024
- Original Inactive Date: Oct 17, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2PA - REPAIR OR ALTERATION OF RECREATION FACILITIES (NON-BUILDING)
- NAICS Code:
- Place of Performance: Crosslake , MN 56442USA
Description
SCOPE OF WORK
Cross Lake Recreation Area Removal of Dump Station and Area Improvement
REMOVAL OF DUMP STATION/ CONCRETE PATH INSTALL/ SUPPLY AND INSTALL OF PERGOLA/
PURCHASE AND INSTALL OF BIKE RACK/ SPRINKLER SYSTEM UPDATE/ LANDSCAPING
1. LOCATION
The work site is located at the U.S. Army Corps of Engineers, Cross Lake Recreation Area, 35507 County Rd 66,
Crosslake, MN 56442. The worksite is located behind and alongside the main office at the campground. Limited
workspace will affect what type of equipment will be able to be used so quoters are recommended to perform a site
visit.
2. SCOPE
The contractor shall supply all equipment, labor and materials required to remove and dispose of existing dump
station, remove gravel and replace with new fill black dirt, install new concrete sidewalks, supply and install new
brick paver path, install two new concrete pads, supply and install new pergola with swing, supply and install new
bike rack, supply and install landscaping around pergola, and install existing US Army Corps of Engineers flagpole
and flag, and USA flagpole and flag. All work is to be performed in strict accordance with the building
specifications and in accordance with county, state, and national safety standards.
3. Removal and Disposal of the Dump Station
The contractor shall remove and dispose of the existing dump station including the concrete slab, metal guard posts,
and gravel fill (photos 1 & 2 in attached PDF). The section of asphalt across the road from the dump station that
acted as the exit road from the dump station (section between existing road and parking area, photo 3) shall also be
removed. All material shall be disposed of offsite in accordance with all required local, county and state of
Minnesota disposal regulations.
4. Topsoil and Seeding
The contractor is responsible for filling and leveling the area of the former dumpstation with screened black dirt.
The black dirt shall be free of clay, roots, stones, brush, and other deleterious materials and should be filled in at
least 3” deep and compacted as to prevent erosion. The finishing height should be level with the adjacent terrain.
The contractor shall hydroseed areas with no-mow or equivalent (fine fescue blend) grass seeding mix. The area
seeded is roughly 1500 sq ft. This information is provided as informational purposes only and it’s the contractor’s
responsibility to verify quantities prior to submitting their quote.
5. Sprinkler System
The contractor shall extend the current sprinkler system and install new sprinkler heads. The expansion of the
sprinkler system and additional sprinkler heads must sufficiently cover the new green space created by the removal
of the dump station and addition of sidewalks. For informational purposes, the existing sprinkler system was
installed by Sievert Irrigation LLC in Crosslake, MN.
6. Concrete Slab for Pergola
The contractor shall pour a 10.5’ by 10.5’ by 6” thick mesh and fiberglass fiber reinforced concrete slab with a break
strength of 5,000 psi at 28 days and expansion cracks for the new pergola. The concrete slab shall incorporate
recommendations provided by the pergola manufacturer and shall not be any higher than 4” above the grade of the
ground when finished. Location is indicated in figure 2 (sketch) by red square outline. The concrete slab shall also
meet all local, county and state building codes.
7. Concrete Slab by Office
The contractor shall pour a 12’ by 12’ by 6” thick mesh and fiberglass fiber reinforced concrete slab with a break
strength of 5,000 psi at 28 days and expansion cracks in the area indicated in figure 7 of attached PDF. The concrete
slab shall not be any higher than 4” above the grade of the ground when finished. The concrete slab will be adjacent
and abut with the existing sidewalk. The slab will be center with exit door on respective side of the building. The
concrete slab shall meet all local, county and state building codes.
8. Sidewalks
The contractor shall pour a new 5’ wide by 27’ long by 4” thick concrete sidewalk connecting the existing sidewalk
located alongside the office building and meeting with the center of the concrete slab for the pergola. Another 5’
wide by 25’ long by 4” thick section of sidewalk shall be poured connecting the asphalt road to the new sidewalk
leading to the pergola. A third 5’ wide by 7’ long by 4” thick section of sidewalk shall be installed across the road
where the asphalt dump station exit road was removed and connect the road to the parking lot. All new sidewalks
shall have a break strength of 3,000 psi at 28 days. The dirt removed for new sidewalks will be piled on site next to
job site at a location chosen by corps staff. These measurements are approximate, and it is the contractor’s
responsibility to perform a site visit to verify required material quantities prior to submitting their quote. Both
sections of sidewalk should have a smooth finished surface with expansion joints approximately every 4’ and meet
ADA Accessibility Standards and be compliant with MN/DOT sidewalk specifications. See figure 2 (sketch) for
reference of sidewalk placement.
9. Cobblestone Paver Path
The contractor shall supply and install cobblestone pavers with a distressed/tumbled finish. The new cobblestone
paver path shall be 5’ wide by 25’ long and connect the existing cobblestone paver path in the garden to the center
of the new concrete pad for pergola. The path must also have a soldier course in the same pattern as the existing
path. The paver path will follow the same pattern and be made of pavers with the same color and texture as the
existing path which is as follows:
3 brick random pattern, with the face of the paver having the following approximate sizes of 3x6, 6x6,
and 6x9. The laying ratio shall be 1:1:1
The number of pavers required for the soldier course shall be calculated based on the pavers being installed with the 3” dimension of the pavers perpendicular to the length of the path. Layout shall match existing paver path layout.
Pavers shall be made of concrete.
The pavers shall comply with the requirements of ASTM C936/C936M.
The color pattern shall be a blend in the tan, brown and charcoal tones.
The pavers shall be installed per manufacturers guidelines.
These measurements are approximate, and it is the contractor’s responsibility to perform a site visit to verify
required material quantities prior to submitting their quote.
10. Pergola
The contractor shall supply and install a new pergola on the new concrete pad. The roof of the pergola shall be 12’ x
12’ with the main support beams extending to the ground being 10’ apart. The pergola shall contain a porch style
swing that supports at least 500 pounds hanging from middle of the pergola and facing the garden. See figure 2 for
reference. The pergola should:
Be constructed with cedar and stained in a natural brown color.
Be constructed with at least 6” x 6” beams for the main posts.
Be constructed with 12’ long rafters, headers and, top runners with decorative ends.
Be installed on the concrete pad according to the manufacturer’s guidelines.
11. Landscaping and Planting Native MN Shrubs/Plants
The contractor shall supply and install landscaping around the pergola. The landscaped area shall extend 3ft from all
sides of the base of the concrete slab. The landscaping should include a brick border which matches existing bricks,
a weed barrier, and shall be filled with 3-4 inches of course natural colored mulch. A variety of mature, Minnesota
native flowering shrubs and perennials shall be planted alternately throughout the landscaped area from the outer
side of the new sidewalk to the east side of the pergola. See Figure 2 (sketch) for reference of placement. The area
shall have 7 native shrubs, with 6 native perennials planted in between. The native flowering plants should have a
maximum potential height of 6’ and should be planted evenly and according to the suggested spacing for each plant.
The contractor shall also supply and install 2 whiskey barrel style planter boxes on either side of the brick paver
path.
Native shrub/perennial examples:
o Bushes: butterfly bush, lily of the valley, quick fire hydrangea, meadow rose, white snowberry
o Perennials: daylilies, tall garden phlox, cardinal flower, obedient plant, great blue lobelia,
clethera summersweet 'hummingbird'
12. Bike Rack
The contractor shall provide and install a nature themed bike rack at the location described in Figure 2. This bike
rack shall accommodate at least 2 bikes and should be in the shape of a bird native to Minnesota, or a flower native
to Minnesota. Examples of native bird and plant species: Blue heron, mallard, hummingbird, sunflower, coneflower,
etc. The contractor shall install the bike rack according to the manufacturer’s guidelines. Contractor is responsible
for determining, based on manufacturer’s recommendations, any necessary mounting solutions whether in-ground or
surface mounting (no slab currently exists).
13. Flagpole Install
The contractor shall install the USA and the US Army Corps of Engineers flags and flagpoles at the location shown
in figure 6. The government will provide one (1) 45’ flagpole which shall display the US flag, and one (1) 40’
flagpole which shall display the USACE flag. Each pole must be installed according to the manufacturer’s
guidelines (see attached instructions PDF)and in accordance with USC Ch. 1: THE FLAG Section 7
(https://uscode.house.gov/view.xhtml?path=/prelim@title4/chapter1&edition=prelim).
14. Utility Locate
The contractor shall be responsible for locating all utilities including water, electric and sprinkler lines prior to
beginning work.
15. Work Schedule
All work will be completed no later than: 27 June 2025.
16. Submittals
The contractor shall submit the following as required. Receipt of submittals by the Government will not
relieve the Contractor of responsibility to furnish materials or perform the work as required.
A. Certificate of Insurance
The contractor shall submit proof of insurance for Workman Compensation and Liability within
10 days after award and before any work can begin. All insurance shall be adequate to indemnify
the Government from liability for injury to the Contractor’s employees and damage to
Government property.
B. Product Data
Prior to proceeding with installation the contractor shall submit for approval product data showing
compliance with the contract specifications for the following items:
Pergola & Swing
Sprinkler system – to include planed layout and areas covered by each sprinkler head
Coblestone pavers – paver information shall include colors (either product data sheet or
physical copy of intended pavers), product data showing compliance with ASTM
C936/C936M, and information on any bedding material to be used below the paveres
during installation.
Landscape planting – provide list of plants to be installed as well as intended layout.
Layout shall indicate mature plant height and width for each plant type, color and
product information for brick edging, weed barrier, and mulch.
Contractor shall allow 14 days for Government review and approval of all submittals.
17. Site Visit Contractors are encouraged to visit the site prior to bidding. Contact Aaron
Springer at 651-290-5791 or aaron.springer@usace.army.mil.
18. Safety Plan All work shall be done in accordance with the Safety and Health Requirements
Manual, US Army Corps of Engineers EM 385-1-1 (latest edition). The web site for the 2024
“Safety and Health Requirements Manual”, USACE EM 385-1-1 (latest edition) is
https://www.publications.usace.army.mil/Portals/76/EM%20385-1-1%20_EFFECTIVE%2015March2024.pdf
19. Work Plan Contractor shall submit a plan that details the sequence and scheduling of the
proposed work during a Monday – Friday work week. The work plan shall be submitted within
10 days of Notice to Procced. The work plan shall be discussed at the initial pre-construction
meeting to be held at the Cross Lake Recreation Area. The work plan shall be accepted prior to
start of work.
20. Clean Up Contractor shall be responsible for removal and disposal of all construction debris.
Disposal of debris shall be off-site and meet all local, county and state disposal codes.
21. Contracting Officer Representative The Contracting Officer Representative (COR) is Jason Hauser. Contact
info is jason.a.hauser@usace.army.mil or 651-290-5791.
22. Point of Contact at Worksite The point of contact for the US Army Corps of Engineers is Aaron Springer, his
contact information is aaron.springer@usace.army.mil or phone number is 651-290-5791.
23. Initial Meeting A pre-construction meeting shall be held at the Cross Lake Recreation Area
before work commences. The work plan, schedule, and coordination issues shall be discussed.
The contractor shall submit the work plan for review prior to the meeting.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
- SAINT PAUL , MN 55101-1323
- USA
Primary Point of Contact
- Karl Just
- karl.p.just@usace.army.mil
- Phone Number 6512905768
Secondary Point of Contact
- Jesse Onkka
- Jesse.L.Onkka@usace.army.mil
- Phone Number 6512905444
History
- Oct 24, 2024 11:00 pm CDTAward Notice (Original)
- Oct 19, 2024 10:55 pm CDTCombined Synopsis/Solicitation (Updated)
- Sep 30, 2024 03:18 pm CDTCombined Synopsis/Solicitation (Updated)
- Sep 18, 2024 07:43 am CDTCombined Synopsis/Solicitation (Original)