Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2011 FBO #3469
SOURCES SOUGHT

56 -- Sources Sought, W9124A-11-R-0001, Paving, Fort Huchuca, AZ

Notice Date
5/23/2011
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
ITEC4, Fort Huachuca DOC (NCR-CC), ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W9124A11R0001
 
Response Due
5/27/2011
 
Archive Date
7/26/2011
 
Point of Contact
michael winslow, 520-538-5948
 
E-Mail Address
ITEC4, Fort Huachuca DOC (NCR-CC)
(michael.j.winslow2@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This acquisition falls under the Federal Supply Code (FSC) Z222 Maintenace, Repair, Alternate Highways, Roads, Streets, and Bridges. Paving for Directorate of Installation Support, Fort Huachuca, Arizona. This is a sources sought notice for information and planning purposes only. The Government will not pay for information solicited or any associated costs. The ACC-APG DOC Operations Branch is seeking information in the form of capability statements from qualified service disabled veteran owned small businesses to provide Paving Services for Fort Huachuca, AZ. Please limit your capability statement to 3-5 pages. Here is the scope of work for the paving requirements. 1.GENERAL Provide all materials, labor and equipment to complete all tasks assigned per this work statement and the construction documents attached/enclosed. C.1. STATEMENT OF WORK. The intent of this contract is to provide for the construction and completion of the work described. The precise details of performing the work are not stipulated except as considered essential for the successful completion of the work. The Contractor shall furnish all engineering, plant, labor, materials, equipment, tools, transportation, quality control, supervision, and supplies to provide post-wide maintenance, construction, and repair of asphalt and concrete pavements, surfaces, and structures at Fort Huachuca, Arizona. All work shall be performed in strict accordance with the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects as described by the United States Department of Transportation's Federal Highway Administration (FP-96 English Units), Industry standards, and this contract. Contractor shall be able to provide engineering design as necessary or requested. All designs shall be submitted for review and approval. All designs shall be stamped by a registered in the state of Arizona. C.1.1. SCHEDULE a.Work on each task shall commence no later than 10 calendar days after award. b.The contractor's proposed schedule shall be submitted with the proposal. A revised schedule shall be submitted at the time of the preconstruction conference for approval. The schedule shall be in the form of a progress chart of suitable scale to indicate the percentage of work scheduled for completion at any given date during the period. The schedule shall take into consideration anticipated adverse weather that could preclude progress, long-lead equipment or materials critical to the completion of the project, review periods for submittal items requiring Government review and approval, and other events and milestones as necessary. C.1.2. MATERIAL, STANDARDS, CODES, REGULATIONS, AND WORKMANSHIP ------- FAR 52.236-5, Material and Workmanship a.Any materials supplied shall meet Arizona Department of Transportation (ADOT), Maricopa Association of Governments (MAG) or Pima Association of Governments (PAG) specifications for the type of work performed. All equipment and material shall be new unless otherwise specified. All work shall be completed in accordance with the most recent plans and specifications, applicable industry standards, Unified Facility Criteria (UFC), federal, state and local codes, regulations, Fort Huachuca Checklists and Army requirements. All government permits, certifications, etc. shall be obtained by the Contractor prior to commencement of work or prior to beginning construction and are the specific responsibility of the Contractor (Federal, State and local governments). All certifications are the responsibility of the contractor (potable water health certifications, gas weld certifications, etc.) and must be provided to the COR prior to final payment. The provisions of Public Law 109-58 (Energy Policy Act of 2005) shall be totally incorporated. In the event of a conflict with industry standards, project specifications will take precedence. b.The contractor shall obtain specific approval for all materials and equipment that vary from the standards established herein. All work shall be performed in a skillful and workmanlike manner to current applicable industry standards. Work requiring certified craftsmen shall be performed by certified personnel. Proof of such certification, training, or other qualifications shall be made available to the Government upon request. If the manufacturer of any product used in accomplishing this project has published an installation and/or operation manual, such manual shall be followed in its entirety. If any organization such as, but not limited to, Asphalt Paver Analyzer (APA) or American National Standards Institute (ANSI) publish any construction guide, it will be followed as applicable to this project. If the manufacturer's manual deviates from any established code, regulation, local requirement or this scope of work, such deviation shall be brought to the attention of the government representative before award, for written resolution. A revised scope of work will be issued to specify such resolution and incorporated in any resulting award. c.The contractor shall comply with Federal directives by recycling at least 50% of Construction wastes. d.Environmental: Comply with all Federal, State and Army requirements. Ensure Contractor responsibilities and operating limitations are noted in proposal [i.e. Storm Water Pollution Prevention Plan (SWPPP) shall be initiated and paid for by the contractor]. Contractor shall keep all required records as stated in the following (and any others as required by Federal/State authorities) and submit to the government. 1.Basically air, water, asbestos, lead paint and hazardous waste, among others, need to be covered in any construction, demolition or renovation contract; thus, the contractor is required to maintain all record-keeping and submit it to the appropriate government entity at the appropriate time, with a copy sent to the DPW COR. i.Summary of Fort Huachuca requirements: 1.All water used for construction purposes shall be metered, recorded and submitted to the COR. If contractor chooses to use a source without a post provided meter, he must provide his own meter. 2.Air Quality Permit: The ADEQ has issued an Air Quality Permit for Fort Huachuca. Within this Permit are stipulations for Record Keeping and Monitoring required by the Arizona Administrative Code (A.C.C.) R18-2. a.Record keeping: Attachment "b" of the air permit specifies monitoring and record keeping for area, as follows: i.Section I: Facility Wide Requirements. 1.Operating Limitations: Equipment shall be operated in accordance with vendor supplied operations and maintenance instructions. If none are available, an Operation and Maintenance manual shall be prepared. 2.Training: Sufficient number of personnel must be certified in EPA Reference Method 9 for observation and evaluation of visible emissions as required in the permit. 3.Monitoring/Recordkeeping Requirements: Maintain copies of the manufacturer's specification for each boiler, heater, paint spray booth, internal combustion engine (generator), storage tank, degreasing operation, abrasive blasting, and earth moving equipment. All records, analyses and reports shall be maintained whether in an unchangeable electronic format or in a handwritten log book utilizing indelible ink and retained for a minimum of 5 years. The most recent 2 years must be kept on site. ii.Section II. Internal Combustion Engines/Generators. 1.Operating limitations: Generators are limited to hours of operation. Generators are divided into two categories, greater than 600 hp and less than or equal to 600hp. Each generator may not exceed 250 hours per year of run time. The exception here is: an act of nature, in which case we must notify the ADEQ immediately for exemption. 2.Monitoring/Recordkeeping Requirements: Visual emissions, when read by certified EPA Method 9 personnel may not exceed 40 %. These readings must be taken, at least quarterly and a log maintained. There must also be a monthly log maintained on the run time hours on the generator meters. If the generator is not running or not functional, this must be noted on the log. iii.Section X: Fugitive Dust: 1.Operating Limitations: Fugitive dust shall be controlled with water, or other dust suppressants, in open areas, roadways, and streets. This includes, but is not limited to storage piles, material handling, construction, demolition, and other earth moving activities, sweeping, crushing, or stacking of material. 2.Monitoring/Recordkeeping Requirement: The log must contain location, date and time of Method 9 opacity reading and the name of the observer. Quarterly visual surveys must be made and included in the log. The opacity reading shall not exceed 40%. When water or other suppressant is used, the log must contain the location, date, and amount of suppressant (water) used. iv.Section IV: Mobile Source (Equipment Operation) 1.Operating Limitations: This includes, but is not limited to trucks, graders, scrapers, rollers, backhoes, and loaders. The emissions emitted from or caused by this equipment shall not exceed 40% when read by certified EPA Method 9 personnel. Visual emissions are exempt for the first 10 minutes after the equipment is first started. 2.Monitoring/Recordkeeping Requirement: The log must contain location, date and time of Method 9 opacity reading and the name of the observer. At the least, quarterly opacity readings must be made on each piece of equipment and included in the log. Also, included must be emissions related to maintenance of the mobile source, the date and specific piece of equipment involved. xi. Section XI: Demolition and Renovation: Operating Limitations: This pertains to 40 CFR 61 for visible emissions and 40 CFR sub part M for Asbestos during demolition or renovation. C.1.3. Post Construction Clean-Up Obligation. (FAR 52.236-12, Cleaning Up) The contractor shall, unless otherwise instructed in writing by the COR or his designee, obliterate all signs of temporary construction facilities such as haul roads, work areas, structures, foundations or temporary structures, stockpiles of excess or waste materials, and other vestiges of construction prior to final acceptance of the work. The disturbed areas shall be graded, backfilled, raked, and compacted. Areas located in grassed areas shall be backfilled with topsoil, raked free of rocks, and seeded. Areas located on asphalt or concrete shall be swept clean. Any and all waste products created during performance of the work shall be removed from the project site, packaged in an environmentally approved manner and disposed of OFF-POST at an environmentally approved disposal site. Fifty percent, at a minimum, of all construction and demolition (CONSTRUCTION AND DEMOLITION (C&D)) wastes shall be diverted and recycled. C.1.4. Environmental Work Statement clause for all exterior work (SWPPP): Through the Arizona Pollutant Discharge Elimination System (AZPDES) permitting program, the Arizona Department of Environmental Quality (ADEQ) regulates the discharge of storm water from construction sites throughout the state including those on military installations. "Construction" refers to actions that result in a disturbance of the land, including clearing, grading, excavating, and other similar activities. It also includes "construction-related activities," areas that support the construction project such as stockpiles, borrow areas, concrete truck washouts, fueling areas, material storage areas and equipment storage areas. The AZPDES Storm water Program requires operators of construction sites one acre or larger (including smaller sites that are part of a larger common plan of development) to obtain authorization to discharge storm water under an AZPDES construction storm water permit. The Contractor is responsible for determining whether its construction site will exceed this minimum threshold with consideration of the definition provided above and if so, obtaining coverage under an AZPDES construction storm water permit. Obtaining coverage under an AZPDES permit entails preparing and implementing a Storm Water Pollution Prevention Plan (SWPPP) in accordance with ADEQ requirements and submitting a Notice of Intent (NOI) for coverage under the applicable AZPDES general permit. Once ADEQ receives the NOI, ADEQ then issues an authorization certificate to the Contractor. If a contractor has a sub-contractor working together on the same project, then the contractor and sub-contractor(s) will have to submit a NOI for the same job and separate authorization certificates will be issued to each party. If the Contractor determines that the project will not exceed the minimum threshold and does not submit an NOI and it is later determined that the threshold is exceeded, the Contractor will be required to stop all work until they have completed the above process. If the appropriate documentation is not provided to the Government prior to the start of construction or once the threshold is exceeded, the Contracting Officer will be notified of the failure to comply with a contract requirement, the ADEQ Enforcement Section will be notified, and other appropriate action will be taken to resolve the matter. The Contractor and any sub-contractor(s) will be liable for any fines levied by ADEQ. A critical component of the SWPPP is final site stabilization. This generally involves restoring the disturbed area to at least 70% of its former vegetative state. After implementing all aspects of the SWPPP, to include final site stabilization, the contractor submits a Notice of Termination to ADEQ, ending coverage under the AZPDES permit. An example SWPPP can be found at the following website: http://cfpub1.epa.gov/npdes/stormwater/swppp.cfm The Contractor is encouraged to follow the format and content of the sample SWPPP. It is the responsibility of the Contractor to develop a SWPPP that meets applicable requirements; the Government will not review the Contractor SWPPP for compliance with applicable laws. The Contractor and any sub-contractor(s) shall provide a copy of the ADEQ Authorization Certificate and a copy of the SWPPP to the Government employee performing construction oversight prior to any construction or construction-related activities as defined above. The Contractor is encouraged to follow the format and content of the sample SWPPP. It is the responsibility of the Contractor to develop a SWPPP that meets applicable requirements; the Government will not review or approve the Contractor SWPPP for compliance with applicable laws. C.1.5. INSPECTION All work is subject to inspection and testing by the Government at all places and at all reasonable times before acceptance, in accordance with FAR 52.246-12, Inspection of Construction. Government inspections and tests do not relieve the contractor of the responsibility for providing adequate quality control measures, nor does it constitute or imply Government acceptance of the work. The presence or absence of a Government inspector does not relieve the contractor of complying with the specified requirements, nor is the Government inspector authorized to change any term or condition of the specification without the Contracting Officer's written authorization. C.1.6. 1354 WORKSHEET PREPARATION The contractor shall prepare a DD Form 1354 Information Worksheet near completion of the project and submit it to the Government prior to final inspection and acceptance. The contractor may obtain a DD Form 1354 Information worksheet from the DOC CS or the DPW COR. C.2. DEFINITIONS. C.2.1. Normal Work Hours. All work shall normally be conducted during the hours of 7:00 a.m. to 3:30 p.m., Monday through Friday, excluding Government holidays. Work outside normal hours requires approval by the Contracting Officer's Representative (COR). C.2.2. Quality Assurance. Those actions taken by the Government to assure receipt of the services for which it has contracted. These services shall be evaluated by the COR or his designee acting as Quality Assurance Evaluator (QAE). C.2.3. CONTRACTOR QUALITY CONTROL (CQC) a. The contractor is responsible for quality control and shall establish and maintain an effective quality control system and shall include the following: 1) The Quality control system shall consist of plans, procedures, and organization necessary to produce an end product that complies with the specified requirements of this project. The system shall cover all construction activities, both on site and off site, and shall be coordinated with the proposed construction schedule. 2) The contractor shall submit to the COR for review and approval a Contractor Quality Control Plan proposed to implement the specified requirements. The plan shall identify personnel, procedures, controls, instructions, tests, records, and forms to be used. Construction will be permitted to begin only after acceptance of the CQC plan. The plan shall include, as a minimum, the following to cover all construction operations and features. a) A description of the CQC organization and lines of authority (e.g., Organization Chart). b) Names, qualifications, duties, responsibilities, and authorities of CQC personnel. c) Procedures for scheduling, reviewing, certifying, and managing submittals. d) Procedures for conducting CQC inspections to include routine inspections, follow-up inspections on deficient work, pre-final inspections, and final inspections. e) Procedures for tracking construction deficiencies from the time of identification through acceptable corrective action (e.g., Deficiency Tracking Log). f) Documentation and reporting procedures, including proposed reporting format. The contractor shall maintain current records providing factual evidence that the required QC activities and/or tests have been performed. These records shall be furnished to the Government daily and within 24 hours after the date covered by the report (except when no work is performed; then one report shall be submitted for every seven days of no work). The reports shall include the work of sub-contractors and suppliers and shall be on an acceptable form that includes, as a minimum, the following information: Contractor/subcontractor and their area of responsibility Work performed each day, giving location, description, and by whom. Weather conditions encountered. Any delays encountered. Test and/or control activities performed with results and references to specifications/drawings. Materials received at the site with statement as to quantity and quality, acceptability, and storage. Submittals and deliverables reviewed. Job safety evaluations stating what was checked, results, and instructions or corrective actions taken. Instructions given or received and conflicts in plans and or specifications. Contractor's verification statement that equipment and materials incorporated into the work and the workmanship comply with the specified requirements. Air Quality Control - the contractor shall comply with the following found in the Fort Huachuca Air Permit: Permit Condition XII.A and B pertain to asbestos compliance in demolition or renovation activities. With regards to this issue, the contractor shall send copies of all notifications to the State ADEQ and to ENVIROMENTAL & NATURAL RESOURCES DIVISION (ENRD) (Randee Sieracki). All removal/demolition contracts shall have requirements for compliance with the asbestos NESHAP, including notification. Permit Condition X.B.2.a. The contractor shall maintain records of instances when and what dust suppression activities are conducted on this Task Order/Project (See above: MATERIAL, STANDARDS, CODES, REGULATIONS, AND WORKMANSHIP ------- FAR 52.236-5, Material and Workmanship). C.2.4. WASTE DISPOSAL AND BARROW PITS The contractor shall comply with the Fort Huachuca Waste Disposal/Borrow Pit Plan and submit a project specific Environmental Protection/Borrow Pit Plan. This plan shall include the diversion of at least 50% of all C&D wastes to be recycled. C.3. GOVERNMENT-FURNISHED ITEMS. The Government will furnish water and electricity as may be required for the work to be performed. Water will be supplied through a metered valve at a location to be determined by the COR. Water usage reports and meter readings are to be turned into the COR on a weekly basis. C.3.1. Storage Area. The Contractor may request a storage area for contract-related use at a location designated by the COR. Hazardous material and fuel shall not be stored on the Installation. Routine maintenance and services can be conducted on site. Equipment shall be removed from the Installation for all major services and repairs. Vehicles and equipment shall not be washed on site. The Contractor is responsible for erection and removal of all fences, gates, locks, materials, and equipment at contract end. The Contractor shall also be responsible for posting signs on or near the gate indicating the name and telephone number of the company. The contractor and the Contracting Officer's Representative will agree on temporary storage areas in the general location of the project. Request for proposed storage area shall be submitted with the proposal documents. The contractor shall be responsible for the safety, security and maintenance associated with storage areas. Storage areas shall be kept clean and in a neat and organized appearance at all times. If the storage area is not maintained, the Contracting Officer may direct the contractor to store materials off the installation. C.3.2. Storage of Materials on the construction site shall be as approved by the COR. This on-site storage will be allowed only in those areas, which have been vacated by the Government for the duration of the construction period. The Contractor shall be responsible for the security of any materials stored on-site. C.3.3. The Government will furnish limited earth backfill, as required, for backfill of shoulders adjacent to placed sidewalks, curbs, and slabs. However, the contractor shall be responsible for excavation of barrow material and transporting it to the construction site. Barrow material location will be determined by the COR. C.3.4. The Government will provide a location to dump clean-fill only to include dirt, rock, asphalt, and concrete without rebar. All Asphalt will be stockpiled per COR coordination. Vegetation is no longer allowed to be disposed of on the installation and will have to be taken off the installation for disposal. C.4. CONTRACTOR-FURNISHED ITEMS. C.4.1. Contractor shall provide any equipment, tools, supplies, or material required to complete the job as stated in paragraph C.5. C.4.2. The contractor shall provide safety equipment for his personnel and equipment in accordance with Industry standards. The contractor shall abide by safety, EPA, and OSHA regulations while performing work on the construction site. The contractor shall set up a schedule so that work is started and completed with continuous effort. Utility outages shall be conducted on weekends or during non-duty hours and otherwise at the convenience of the Government. Overtime work needed to accomplish work without disruption of Government operations shall be performed at the direction of the COR or his designee at no additional cost to the Government. C.4.3. Safety/Traffic Control. The contractor shall be responsible for all traffic control and safety devices, which meet industry standards, while conducting operations on the Installation. Signs, lights, barricades, fences, and other devices, as necessary, shall be maintained at night and on weekends as well as during actual construction. C.4.4. Submittal Register. Submittals are required for items indicated on the construction material Submittal Register, Attachment #1. The contractor shall provide information and/or submit samples of materials that the contractor contemplates incorporating in the work. All submittals shall be at the contractor's expense. C.5. SPECIFIC TASKS. C.5.1. Cold Milling of Bituminous Pavements. C.5.1.1. This work consists of removing asphalt pavement by a cold milling process in accordance with Section 413 of the FP-96 (English Units) for airfield, roads, streets, parking areas, and other general applications as well as cold milling alone on structurally sound pavements for surface texturing to increase skid resistance of a worn pavement or for pavement removal to restore roadway geometry. Cold milling can also be used in conjunction with asphalt overlays produced from virgin materials to provide structural improvement to distressed pavements. Depth of milling will vary as requested by the COR. C.5.1.2. Milling Operation. Sufficient passes shall be made to bring the designated area to the grade and cross section indicated. The milling shall proceed with care and in depth increments that will not damage the pavement below the designated finished grade. Any items (such as manholes, valve boxes, and utility lines), which are damaged or any pavement that is torn, cracked, gouged, broken, or undercut, shall be repaired or replaced as directed by the Government and at no additional cost to the government. Cold-milling operation shall be conducted to ensure that only bituminous pavement is removed and base course is not disturbed. A minimum layer of bituminous pavement, to inch thick, shall be left in place over the undisturbed base course. Skin patching for correcting low grade will not be permitted. The Contractor shall remove and replace the deficient low area. Material that is removed shall be stockpiled as specified by the COR and in such a manner to prevent segregation or contamination. C.5.2. Complete Rebuild. This effort shall include removal and disposal of 8 to 14 inches of existing surface and base materials, stabilizing sub-base by grading and compaction to 95 percent optimum, furnishing 8 inches of stabilized aggregate base course, lime stabilization (as needed) and applying 2 inches of asphalt concrete hot mix in accordance with industry standards and FP-96 (English Units) sections 212, 213, 302, and 401. C.5.3. Stabilized Aggregate Base Course. This work consists of constructing one course of aggregate base course mixture 2 to 8 inches in depth as directed by the COR in accordance with section 302 of FP-96 (English Units). C.5.4. Asphalt Pavement Patching. This work consists of furnishing and placing minor hot mix asphalt concrete as a patching material for roadway, runway, and parking lot maintenance in accordance with section 402 and 302 of FP-96 (English Units). C.5.4.1. Method of Repairing Potholes and Broken Areas. The COR will identify all areas to be repaired by spray painting the outside corners of the work area. It will be the Contractor's responsibility to assure that all straight lines are horizontal and vertical to traffic patterns. The Contractor will saw cut the area, remove unsuitable material or debris to obtain a proper base, and ensure a depth not to exceed 12 inches. Clean Asphalt Base Course (ABC) will then be applied to a depth of 2 to 4 inches below existing grade as directed by the COR. A tack coat of asphalt emulsion shall be applied to base and sides of area to be patched. Hot mix shall be used to fill, and the area shall be compacted to the level of the adjacent surfaces. The Contractor shall be responsible for the removal of all debris resulting from the patching and shall dispose the debris in sites designated by the COR or his designee. C.5.5. Porous Friction Course for Airfields and Roads. This work consists of an open-graded asphalt friction course in accordance with section 404 of the FP-96 (English Units). It shall be the Contractor's responsibility to furnish items necessary to provide leveling covers and overlays of existing paved surfaces. C.5.6. Hot Asphalt Concrete Pavement Overlays. This work consists of constructing 2-, 3-, and 4-inch courses of hot asphalt concrete pavement as directed by the COR in accordance with section 401 of FP-96 (English Units). C.5.7. Single-Course and Double-Course Surface Treatments. This work consists of constructing a single- or a double-asphalt surface treatment course (chip seal and double chip seal) in accordance with section 409 of FP-96 (English Units). C.5.8. Asphalt Slurry Seal. This work consists of applying an asphalt slurry seal mix in accordance with section 410 of FP-96 (English Units) as directed by the COR. C.5.9. Coal-Tar Seal Coat with Un-vulcanized Rubber. This work consists of applying a coal tar seal coat with un-vulcanized rubber in accordance with ASTM-D5727 and shall be applied in accordance with section 410 of FP-96 (English Units). Rubber shall be of a type that is resistant to petroleum distillates. C.5.10. Bituminous Tack Coat. This work consists of applying an emulsified asphalt tack coat in accordance with section 412 of FP-96 (English Units). C.5.11. Fog Seal Coat. This work consists of applying an asphalt surface treatment without aggregate in accordance with section 409 of FP-96 (English Units). When sealing road with raised pavement markers, they will be covered to preserve their integrity. C.5.12. Elevation Corrections of Utility, Regulator, Manholes, and Valve Boxes. This work consists of constructing or adjusting manholes, inlets, catch basins, junction boxes, and springs boxes in accordance with section 604 of FP-96 (English Units). C.5.13. Initial Installation of Parking Lot Bumper Blocks. This work consists of installing and removing concrete wheel-stops in accordance with section 609 of FP-96 (English Units). Removed bumper blocks will be transported to a location on the Installation as directed by the COR. C.5.14. Road Reflection Markers. This work consists of applying raised pavement markers. Markers will be yellow, white, red, or blue, and bear reflectors on one side only or both sides as directed by the COR. Markers will be installed in accordance with section 634 of FP-96 (English Units). C.5.15. Base Preparation for New Construction for Roadways, Parking Lots, and Airfields. This work consists of constructing roadbeds, parking lots, and airfields within the specified alignment and grade tolerances in accordance with section 212 of FP-96 (English Units). This includes clearing the area of vegetation and obstructions, and excavating material and constructing embankments. Unsatisfactory/excess material will be disposed of as directed by the COR. This work also consists of constructing one course of stabilized aggregate base course mixture 8 inches in depth in accordance with section 302 of FP96 (English Units) C.5.16. Sealing of Joints in Asphalt Pavements. This work consists of cleaning and filling cracks and joints in asphalt pavement in accordance with section 414 of FP-96 (English Units). C.5.17. Sealing of Joints in Concrete Pavement. This work consists of repairing and resealing joints and cracks in existing concrete pavement in accordance with section 502 of FP-96 (English Units). C.5.18. Lime Stabilization for Pavements. This work consists of processing and incorporating a 2, 4, 5 or 6 percent lime, lime/fly ash, or Portland cement into the upper layer of a sub-grade in accordance with section 213 of FP-96 (English Units). C.5.19. Pavement Marking. C.5.19.1. Sweeping and Layout. This will consist of prepping the site and completing the layout of pavement markings prior to placement. The contractor shall remove all dirt, dust, grease, oil, loose surfacing materials, poorly adhered existing markings, or other detrimental material from the road surface prior to application of the material. The method of cleaning the surface is subject to approval by the COR and shall include sweeping and the use of high-pressure air spray. Loose material including all grindings and obliterated markings shall be removed from the pavement surface and disposed of properly. At the time of application of primer-sealer and thermoplastics, the road surface shall be absolutely dry with no detectable or measurable surface or near-surface dampness. If precipitation or other surface wetting is imminent, all marking operations shall be stopped. If any surface dampness is detected during marking activities, marking operations shall be stopped until the pavement dries. Pavement markings shall be applied immediately after the surface has been prepared or as soon as possible after placement and completion of new pavement. C.5.19.2. Paint Arrows. This work consists of applying permanent painted standard white traffic arrows (left, right, straight, or a combination of the three) using conventional or waterborne traffic paint with type 1 or type 3 glass beads on pavement as directed by the COR in accordance with section 634 of FP-96 (English Units). C.5.19.3. Paint Parking Stalls. This work consists of applying permanent painted standard white parking stalls, 60 and 90 degree angled, and motorcycle, using conventional or waterborne traffic paint with type 1 or type 3 glass beads on pavement as directed by the COR in accordance with section 634 of FP-96 (English Units) C.5.19.4. Paint Street Numbers and Letters. This work consists of applying permanent painted standard white letters and numbers, for example; STOP, YIELD, etc, using conventional or waterborne traffic paint with type 1 or type 3 glass beads on pavement as directed by the COR in accordance with section 634 of FP-96 (English Units). C.5.19.5. Paint 4-Inch Lines. This work consists of applying permanent painted 4-inch wide lines (white, yellow, or red in color) using conventional or waterborne traffic paint with type 1 or type 3 glass beads on pavement as directed by the COR in accordance with section 634 of FP-96 (English Units). C.5.19.6. Paint 6-Inch Lines. This work consists of applying permanent painted 6-inch wide lines (white, yellow, or red in color) using conventional or waterborne traffic paint with type 1 or type 3 glass beads on pavement as directed by the COR in accordance with section 634 of FP-96 (English Units). C.5.19.7. Paint Handicapped Parking Stalls. This work consists of applying permanent painted van accessible handicapped parking stalls only using conventional or waterborne traffic paint with type 1 or type 3 glass beads on pavement as directed by the COR in accordance with section 634 of FP-96 (English Units). C.5.20. Removal of Unsuitable Material. This work consists of excavating unsuitable sub-grade material consisting mainly of clay and hauling to a location on the Installation as designated by the COR. C.5.20.1 Replacement of Unsuitable Material. All unsuitable subgrade will be replaced with compacted aggregate in accordance with section 302 of FP-96 (English Units) or other suitable material as approved by the engineer and the COR. C.5.21. Corrugated Metal Culverts. This work consists of furnishing and installing, circular and elliptical corrugated metal pipe in 12-inch, 18-inch, 24-inch and 36-inch diameters in accordance with sections 602, 606, and 707 of FP-96 (English Units) as directed by the COR. C.5.22. Construct Concrete Sidewalks. This work consists of constructing concrete sidewalks in accordance with section 615 of FP-96 (English Units). C.5.23. Remove Concrete Sidewalks. This work consists of removing concrete sidewalks in accordance with section 501 of FP-96 (English Units) as directed by the COR. C.5.24. Construct Concrete Curb and Gutter. This work consists of constructing combination concrete curb and gutter in accordance with section 609 of FP-96 (English Units). C.5.25. Construct Concrete Curb. This work consists of constructing concrete curb in accordance with section 609 of FP-96 (English Units). C.5.26. Remove Concrete Curb and Gutter. This work consists of removing concrete curb or combination concrete curb and gutter in accordance with section 501 of FP-96 (English Units) as directed by the COR. C.5.27. Construct 4-inch and 6-inch Concrete Slabs, and 6-inch, 8-inch, and 10-inch Reinforced Concrete Slabs. This work consists of constructing 4-inch and 6-inch concrete slabs and constructing 6-inch, 8-inch, and 10-inch reinforced concrete slabs in accordance with sections 501, 601, 615, and 709 of FP-96 (English Units) as directed by the COR. C.5.28. Construct Steps. This work consists of constructing industry standard steps in accordance with section 601 of FP-96 (English Units) as directed by the COR. C.5.29. Remove Concrete Slabs 1-inch- to 6-inch Thick. This work consists of removing unreinforced concrete slabs 1-inch- to 6-inch thick and removing reinforced concrete slabs 6-inch to10-inch thick in accordance with section 501 of FP-96 (English Units) as directed by the COR. C.5.30. Construct Concrete Walls. This work consists of constructing 8-inch wide by 4-foot high and 10-inch wide by 4-inch high concrete walls in accordance with section 601 of FP-96 (English Units) as directed by the COR. C.5.31. Construct Slump-block Walls. This work consists of constructing 3-inch by 8-inch by 16-inch slump-block walls 4-foot high to industry standards as directed by the COR. C.5.32. Construct Decorative Block Walls. This work consists of constructing 2-inch by 4-inch by 8-inch decorative block walls 4-foot high to industry standards as directed by the COR. C.5.33. Construct Headwalls. This work consists of constructing concrete headwalls for 18-inch, 24-inch and 36-inch diameter metal culverts to industry standards and in accordance with section 601 of FP-96 (English Units) as directed by the COR. C.5.34. Finish Walls. This work consists of finishing block walls to industry standards as directed by the COR. C.5.35. Construct Concrete Ramps. This work consists of constructing concrete ramps in accordance with section 601 of FP-96 (English Units) as directed by the COR. C.5.36. Install Metal Handrails. This work consists of installing metal handrail to industry standards as directed by the COR. All handrails shall be painted Fort Huachuca brown - Fed.STD 20109. C.5.37. Remove Walls. This work consists of removing concrete, or block walls, 6", 8", and 12" thick in accordance with section 501 of FP-96 (English Units) as directed by the COR. C.5.38. Concrete Box and Round Culverts. This work consists of furnishing and installing, circular concrete culverts in 18-inch, 24-inch and 36-inch diameters and box type concrete culverts up to 6ft high, in accordance with ASTM C76 -08a and ASTM C1433-00 (English Units) as directed by the COR. C.5.39. Hydro Seed. Reference ADOT SPEC 805SEED, 01/23/07. C.5.40. Engineering Requirements C.5.40.1 Provide engineering design as required. Need to address pavement thickness and widths, base, geometrics, storm water run-off,.current striping guidelines, signage, roadside hazards and safety issues. C.5.40.2 As-built drawings in AUTOCAD 2008 or newer shall be provided of all newly constructed work C.5.41. General Requirements. C.5.41.1. Quality Assurance Tests. The Government at no cost to the Contractor will perform quality assurance tests. Additional testing needed by the Contractor for quality control of materials and their requirements shall be the responsibility of the Contractor. However, should QAE field-testing indicate the compaction is below specified limits, then the Contractor shall pay for all subsequent testing on the substandard area. An approved commercial testing laboratory shall perform sampling and testing. Tests shall be performed in sufficient numbers and at locations and times, which ensure that materials and compaction meet specified requirements. Copies of test results shall be furnished to the COR or his designee at no cost to the Government. C.6. Safety. All contract personnel are required to wear appropriate safety gear while working any type of construction. The equipment and procedures shall be in accordance with Army Regulation (AR) 385-10 and Industry standards, and will include such items as hard hats, safety-toed boots, and hearing and eye protection. C.6.1 Accident Prevention The contractor shall comply with 29 CFR part 1926, 29 CFR part 1910, all state and local occupational safety and health requirements, and the requirements of EM 385-1-1, U.S. Army Corps of Engineers Safety and Health Requirements Manual. The contractor is responsible for accident prevention and safety and shall establish and maintain an effective system. The plan shall be developed by a "qualified person" (EM 385-1-1, A-1, 1.a.) and be signed by a representative of the prime contractor's "corporate office authorized to obligate the company." The plan shall meet the minimum basic outline requirements contained in EM 385-1-1, Appendix A. The plan shall be job-specific and shall include work to be performed by subcontractors and measures to be taken by the contractor to control hazards associated with materials, services, or equipment provided by suppliers. The accident prevention plan shall include procedures for frequent safety inspections, conducted by competent persons, of the work sites, material, and equipment to ensure compliance with the plan and other referenced standards. Unless otherwise approved, Quality Control personnel shall conduct and document daily safety inspections. C.7. Notification of Closure. Prior to closing any area for construction, the COR will notify the Installation Operations Center (IOC) and the Fort Huachuca Scout of area and dates to be closed, showing detours if required. All areas affected will be coordinated through the Provost Marshal's Office, extension 533-3119, and the Fort Huachuca Fire Department, extension 533-5054. The contractor will be required to adhere to all specified closing and detour specifications. This process normally requires 10 working days. C.8. Excavation Permit. An excavation permit shall be obtained from the Directorate of Installation Support, building 22530, Fort Huachuca, Arizona, prior to the performance of any excavation work. The permit is issued without cost to the contractor. Should the contractor fail to obtain such clearance and, subsequently, through his operations cause any damage to utilities, lines, or structures including but not limited to underground telephone, television cable, electric cable, water lines, gas lines, and sewer lines, necessary repairs performed to restore the lines or structures to their previous condition shall be made at the contractor's expense. Clearances take approximately 10 working days to complete. C.9. FINAL INSPECTION AND ACCEPTANCE Final inspection and acceptance shall be conducted after the pre-final inspection is completed by the CQC representative and the pre-final inspection punch list items are completed by the contractor. The CQC representative compiles the pre-final punch list immediately after the work is completed. The Government's PM/COR/QA representative will sign for completion documents after the final inspection and its punch list items are corrected; and upon receipt of acceptable As-Built Drawings and any delayed work (seeding prior to rainy season, Air Conditioning Test, Adjustment and Balancing in summer months, etc.). Until all delayed work, Punch-list items, As-Built drawings and O&M Manuals are completed to the government's satisfaction (delivered/approved/accepted as appropriate), the government may retain 10% of the total contract cost [IAW FAR 52.232-5 (e)]. C.10. WARRANTY REQUIREMENTS a.All work shall be covered under the one-year warranty of construction (FAR 52.246-21, Warranty of Construction). b.At approximately four and nine months after acceptance the Government may conduct warranty inspections. The inspections will be scheduled by the Government COR/Project Manager and conducted with the user, and, if possible, contractor personnel attending. A list of deficiencies existing at the time will be compiled and furnished to the Contractor for correction. C.11. APPLICABLE PUBLICATIONS. The following publications of the issues listed below, together with all current errata and changes, and referred to thereafter by basic designation only, form a part of this specification to the applicable extent as may be indicated by the plans and/or specifications. Publications are listed for reference purposes only. C.11.1. American Society for Testing and Materials ASTM-D5727 Emulsified Refined Coal Tar (Mineral Colloid Type) C.11.2. Army Regulations: AR 385-10The Army Safety Program C.11.3. Code of Federal Regulations 29 CFR 1910.106-107Flammable and Combustible Liquids 29 CFR 1910.178Powered Industrial Trucks C.11.4. United States Department of Transportation's Federal Highway Administration: FP-96 (English Units)Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects This will be a performance-based service contract under NAICS Code 237310, Highway, Street, and Bridge Construction. The estimated magnitude of this requirement is approximately $5-10 million per annum. Additionally, it is imperative to note that any interested vendor should ensure that they have the necessary capital on hand in order to maintain services while awaiting payment for submitted invoices. The Government estimates that the contractor should have $2.5-3 million in capital in order to sustain services in between payments which can often be made 45-60 days apart, sometimes longer if the invoices have been rejected due to errors or omissions. All interested companies having the necessary skills and abilities are encouraged to submit a capability statement of 1-3 pages indicating their ability to perform the effort described above. Response must include the following: size of business and average annual revenue for the past three (3) years; number of employees; ownership (large, small, small disadvantaged, 8(a), women-owned, service disabled veteran-owned small business); please note this solicitation is set aside for service disabled veteran owned small business; current Central Contractor Registration (CCR) information; and a list of similar contracts experience, including Government points of contact and phone numbers. Capability Statements should be received not later than close of business 27 May 2011. This synopsis is for information and planning purposes only and should not be construed as a commitment by the Government. Responses should be addressed to the Contract Specialist and address listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e888acaec675fd05a2ddf5f4cd52cace)
 
Place of Performance
Address: Army Contracting Command, Aberdeen Proving Ground (ACC)(APG) DOC Operations Branch, 600 Augur Ave. Bldg. 22208 Fort Huachuca AZ
Zip Code: 85613-5000
 
Record
SN02454760-W 20110525/110523234638-e888acaec675fd05a2ddf5f4cd52cace (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.