Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

Z -- Tower Bridge Repairs and Resurfacing - Concrete Repair - Whitney Point, New York

Notice Date
9/7/2010
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-10-T-0087
 
Response Due
9/17/2010
 
Archive Date
11/16/2010
 
Point of Contact
Josephine Baran, (410)962-0972
 
E-Mail Address
USACE District, Baltimore
(josephine.e.baran@usace.army.mil)
 
Small Business Set-Aside
Emerging Small Business
 
Description
Interested contractors may contact Mr. Frederick L. Worman, Head Dam Operator not later than Friday, 3:00 PM, 10 September 2010 to schedule a site visit/pre-bid meeting. In order to download/view/print out a copy of this solicitation and any subsequent amendments, if any, contractors are reminded that this solicitation will be available to registered users only to login with their login and password at http://www.fbo.gov o/a 07 September 2010. The U.S. Army Corps of Engineers, Baltimore District, is soliciting quotations for the following:Statement of Work: The Contractor shall provide labor, supervision, materials, equipment and supplies to perform the following work: Concrete Repair I.SURFACE PREPERATION: 1. Square cut the perimeter of the areas to be patched to a minimum depth of 1 inch or to inch into sound concrete whichever is deeper to prevent featheredges. Do not cut reinforcement. 2. Remove all delaminated and spalled concrete down to sound concrete. Where more than 50 percent of steel bar (circumference) is exposed, remove additional concrete to provide a minimum clearance beneath steel bar. Undercutting will provide clearance for under bar cleaning, full bar circumference bonding to surrounding concrete and will secure the patch structurally. Concrete removal shall extend along the bars to locations along the bar free of bond exhibiting corrosion and where bar is well bonded to surrounding concrete. 3. When unoxidized reinforcing steel is exposed during the undercutting process, special precautions shall be taken not to damage reinforcing steel and the reinforcing steels bond to surrounding concrete. If bond between the reinforcing steel and concrete is broken, undercutting of concrete to a depth of beneath the reinforcing steel and replacement with material will be required at the Contractors cost. Any steel damaged during undercutting shall be replaced at the Contractors cost. Any reinforcement that is loose shall be secured by approved methods. 4. Mechanically clean substrate to remove any surface contaminants such as grease, paint, oil, corrosion deposits, rust, dust laitance or other contaminants. 5. Mechanically clean all existing reinforcement, by sandblasting or shot blasting, to remove any corrosion, rust or other impurities from the exposed reinforcing. Coat all exposed steel with Sika Armatec 110 EpoCem, Emaco P24, or approved equivalent as per manufacturers recommendations. 6. For concrete substrate to receive patch material, apply bonding agent material per manufacturers recommendations. II.PATCHING MATERIAL All areas to be repaired shall be patched with an approved one or two component, polymer-modified, shrinkage compensated trowel grade mortar with corrosion inhibitor that has a coefficient of thermal expansion compatible with concrete and a minimum 28 day compressive strength of 5000 psi. Repair material shall be mixed, extended, applied, and cured per manufacturers recommendations. The material shall be SikaTop 122 PLUS (Manufactured by Sika) or an approved equivalent that meets the above specified requirements. III.SKID RESISTANT BROADCAST EPOXY OVERLAY 1.Mechanically clean entire bridge surface substrate to remove any surface contaminants such as grease, paint, oil, corrosion deposits, rust, dust laitance or other contaminants. 2.The entire bridge surface shall be overlayed with a skid resistance broadcast epoxy overlay meeting the requirements of Sikadur 22 Lo-Mod (Manufactured by Sika) or approved equivalent. The overlay shall be mixed, applied, and cured per manufacturers recommendations. Joints shall be treated per the manufacturers recommendations (i.e. do not carry overlay over active joints etc.). IV.SUBMISSION All repair materials, technical data sheets, and surface preparation, mixing, application, and curing procedures shall be submitted to the Contracting Officer for approval 14 days prior to beginning work. A preparatory meeting shall be held prior to beginning construction and shall include at a minimum the Contractor, Contracting Officer, and the representative of the Patch Material and Skid Resistant Broadcast Overlay Manufacturer. Submittals: Daily Construction Quality Control Reports. Location: WHITNEY POINT LAKE is located in on SR 26, just north of the village of Whitney Point, New York in Broome County. II. SPECIAL CONDITIONS 1.Site Inspections: For the benefit of prospective bidders, a site inspection is highly recommended. Please contact the Construction Control Representative, Mr. Fred Worman at (607) 692-3165, for the date and time of the pre-bid site meeting. 2.Commencement of Work: Work shall commence no later than 10 days after issuance of order and be completed with 30 days after date of order, weather permitting. The start date will be coordinated with the Construction Control Representative. 3.Performance of Work: The Contractor shall perform work only during normal Corps of Engineers duty hours (7:30 a.m. to 4:00 p.m., Monday through Friday, excluding national holidays). Exceptions to this condition must be coordinated with and approved in advance by the Operations Manager, Susquehanna River Project. 4.Performance of Work: The Contractor shall perform work only during normal Corps of Engineers duty hours (7:30 a.m. to 4:00 p.m., Monday through Friday, excluding national holidays). Exceptions to this condition must be coordinated with and approved in advance by the Operations Manager, Susquehanna River Project. 5.Accident Prevention: In performing this contract, the Contractor shall comply with all current Federal, State and Local safety regulations, including Corps of Engineers Safety and Health Requirement Manual EM 385-1-1, and shall comply with any subsequent changes. The Corps of Engineers Safety and Health Requirement Manual EM 385-1-1 may be found on the World Wide Web at http://www.usace.army.mil/CESO/Documents/EM385-1-1FINAL.pdf Prior to commencement of work under this contract, the Contractor shall furnish the following for approval by the Government: (a) Accident Prevention Plan Section I, Article 01.A.11, EM 385-1-1, dated 15 Sep 08 (b) Activity Hazard Analyses Section I, Article 01.A.13, EM 385-1-1, dated 15 Sep 08 6.Accident Reporting: In the event of an accident or injury involving contractor personnel or equipment in performance of work, the Contractor shall immediately notify the Government representative by the most expedient means feasible. If instructed so, the Contractor shall complete forms furnished, and/or provide a written description of the incident within 24 hours of notification to do so. 7.Operations and Storage Areas: The Contractor shall confine all operations (including storage of materials) to areas authorized or approved by the Head Dam Operator. The Contractor shall hold and save the Government, its officers and agents free and harmless from liability of any nature occasioned by the Contractors performance. 8.Housekeeping: The Contractor shall keep the work area, including storage areas, free from accumulations of waste materials. Before completing the work, the Contractor shall remove from the work site and premises, any rubbish, tools, equipment and materials that are not property of the Government. Upon completing the work, the Contractor shall restore the work area to the original condition, satisfactory to the Contracting Officer. 9.Environmental Protection: The Contractor is required to comply with all Federal, State and Local environmental regulations. 10.Permits and Licenses: The Contractor shall, at his/her own expense, obtain any license or permits required to perform the contract. The Contractor shall comply with all Federal, State and Local laws and regulations and shall comply with any subsequent changes. 11.Records and Reports: In addition to the administrative requirements dictated elsewhere in this contract, the Contractor shall complete a Daily Construction Quality Control Report form to maintain record of contract performance, accident/injury incidence, and observance of project deficiencies. Forms will be distributed at pre-work conference. 12.Superintendent: The Contractor shall act as, or provide a Superintendent who is responsible for quality control whenever the work specified herein is being performed. The Superintendent shall conduct overall management coordination and be the central point of contact with the Government for performance of all work under this contract. The Superintendent and any individual designated to act for him/her shall have full authority to contractually commit the Contractor for prompt action on matters pertaining to the administration of the entire contract. Such authorization shall be submitted in writing to the Government representative. The Superintendent shall deal directly with the designated, for normal day-to-day administration of the contract provisions. Superintendents (s) will be required to attend pre-work conference prior to commencing work under this contract. 13.Project Operation: WHITNEY POINT LAKE is a flood control project and the Contractors access to the work area and the execution of the requirements specified herein shall not interfere with the daily operations of the project or employees. It is the responsibility of the Contractor to coordinate all work with the Head Dam Operator or his assistant. 14. Completed solicitation packages are to be received at: USACE, BALTIMORE, 10 SOUTH HOWARD STREET, ROOM 7000, CONTRACTING DIVISION, BALTIMORE, MD 21201 ATTN: J. BARAN not later than close of business (4:30 PM) on 17 September 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-10-T-0087/listing.html)
 
Place of Performance
Address: USACE, OPS DIV SR PROJS WHITNEY POINT 5327 UPPER LISLE ROAD, RT 26N WHITNEY POINT NY
Zip Code: Q3862
 
Record
SN02270645-W 20100909/100908062953-30302d2dbb7421b9294fe21e82c2d393 (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  © 1994-2020, Loren Data Corp.