Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
SOLICITATION NOTICE

Z -- Toledo Walkway Replacement & Drainage Extension - Submittals for After Award - BID SHEET - DRAWINGS - Safety Spec Guide

Notice Date
4/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Buffalo, 1776 Niagara St., Buffalo, New York, 14207-3199, United States
 
ZIP Code
14207-3199
 
Solicitation Number
W912P4-12-R-0011
 
Archive Date
5/24/2012
 
Point of Contact
Brooke Hundley, Phone: 716-879-4322, Jeffrey G. Ernest, Phone: 7168794173
 
E-Mail Address
Brooke.M.Hundley@usace.army.mil, jeffrey.g.ernest@usace.army.mil
(Brooke.M.Hundley@usace.army.mil, jeffrey.g.ernest@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Safety Protocol on Site DRAWINGS for Site Planning Bid Form to be filled out and submitted with bid Manhour Exposure Form - monthly Accident Prevention Plan Activity Hazard Analysis Accident Report ENG Form STATEMENT OF WORK CONCRETE WALKWAY REPLACEMENT BUFFALO CORPS OF ENGINEERS OHIO AREA OFFICE - TOLEDO RESERVATION Purpose & Location of Work: The work to be performed consists of providing equipment, safety equipment, tools, materials and supervision for concrete walkway replacement and drain installation at the Ohio Area Office's Toledo Reservation, located at: 3906 North Summit Street, Toledo, OH 43611. All contractors are to visit the site and verify the count, size, location, condition, type, replacement, materials, tools and equipment needed before submitting their proposal. All work is to include all incidental work necessary to meet the local building codes, permit, inspections, and the intent of this statement of Work. Personal Protective Equipment and tools are mandatory and safety takes precedence. GENERAL CONDITIONS: The Contractor will supply all necessary engineering, design, drawings, materials, equipment, labor and supervision to remove the existing and replace and install new rigid concrete walkway and site drainage for the Toledo Project Office. Contractor shall hold and save harmless the Government from all claims by personnel or property which may be damaged or injured by Contractor, its employees or subcontractors, and including but not limited to the use of equipment or materials. Contractor shall make reasonable and prompt restitution by cash, replacement or repairs, subject to the approval of the Government for any damages for which the Contractor is liable. The Contractor shall supply all equipment, tools, maintenance products, etc. necessary to perform the tasks, as specified. A portable outhouse may be located on site. The work shall be performed in a workmanlike fashion utilizing industry standards for good practice. All systems must be installed in accordance with local building codes. All equipment and material shall be new, first quality of known reputable manufacturer suitable for the intended task. All equipment, tools, maintenance products, etc. used by the contractor shall be in compliance with OSHA, EPA and other DOD Directives. GOVERNMENT FURNISHED PROPERTY AND SERVICES: The Government will not provide any facilities, materials, equipment, supplies or vehicles to the contractor. However, limited potable water is available. A staging area may be available on request. The back gate can be used by the contractor. If the contractor elects to utilize the back gate, the contractor must obtain City access. PROCUREMENT: All items to be incorporated in the work shall be domestic origin and shall be delivered to the site in their original packaging, unopened. All materials, supplies, components or articles required for the work shall be standard products of reputable manufacturers and entirely suitable for the purpose intended. They will be subject to the approval of the Contracting Officer or the Contracting Officer's Representative (COR). CONCRETE WALKWAY DESCRIPTON OF WORK: The work includes (but not limited to) - the removal/cut of existing concrete and asphalt walkway, excavate sub base material, cut/remove some new asphalt parking and installing new concrete walkway, under drain pipe, connecting of same to existing features, sub base material according to plans and described below. The work shall be performed in a workmanlike fashion utilizing recognized industry standards of good practice. All systems must be installed in accordance with the local building codes. Grades for the new side walk will be determined after excavation. Demolish and remove the existing walkways shown and specified according to the plans. Demolished materials will be properly handled and disposed elsewhere by the contractor. Demolished materials removed from site will be considered the property of the contractor. Surface Drainage: The sub grade and the walkway surface shall slope according to plan, continuous from the high to the low elevation necessary for positive drainage, and minimize puddles. Granular Base replacement is shown on the drawings. If Unsuitable sub-grade material is encountered, it shall be examined. If ordered removed it will be replaced with acceptable material at the unit price for Macadam paving, for a total cost determined before work is done, in writing and only after additional funds are appropriated. Concrete Walkway elevations will be adjusted when constructed to accommodate field conditions. Prepare subgrade in accordance with ODOT Item 204 subgrade compaction. Concrete shall be ODOT item 499 class "C", 4000 psi strength (submit supplier mix design, material data sheets including country of material origin) maximum slump is 4", ~6% air entrained, 90 minutes max from batch to placement, job specific (no field retarders or accelerators). An evaporation barrier protection shall be used. The subgrade and forms shall be visually inspected by the COR prior to the placement of the concrete. Concrete shall be placed continuously for the entire width of the slab, and finished to a true and even surface with a straight float. The surface shall be light transverse broom finish and protected with an acceptable membrane. Concrete forms shall remain in place for a minimum of 24 hours after the concrete is placed. After the concrete has been set and forms removed, the excavated areas shall be backfilled and graded accordingly. Preformed joint filler shall conform to ASTM D994. Concrete forms shall be made of least 1.5 inches thick wood or equally rigid steel, braced in a manner to prevent deforming. The height of the forms shall be at least the same as the thickness of the concrete walkway. Expansion Joints shall be placed between the walkway and parking lot, between the walkway and all structures to include buildings. The surface of the walkway shall be divided by control joints constructed at right angles the center line of the walkway. These control joints shall extend to one forth (1/4) the thickness of the slab in depth and shall be placed at intervals no greater than five (5) feet and be edged. No saw cut control joints. Sub drain piping, a continuous pipe under drain, shall be installed and connected to the existing drainage pipe as shown. Pipe shall be commercially available 4" diameter, black, ribbed, perforated, with compatible fittings - tee, elbows, caps, etc necessary to connect to downspouts in several locations. If it should be there then it is included here. OPTIONAL WORK: SITE DRAINAGE, 60' X 6" - OPTION 1: Excavate the prescribed drainage trench in such a manner as to provide at minimum zero fall to the thru dike outlet structure. Excavation shall follow the edge of pavement to the existing end structure shown on the attached drawing. Total excavation is about 60 feet long by 12" wide by 18" deep. Install one structure as shown and interconnecting perforated 6" pipe at minimum flat grade in the bottom of the trench. Structure loading shall be near H-20 capable. Back fill with #57 stone and install additional #57 stone along the existing edge of pavement at the toe of the dike, along the length of the dike, to bring the stone to a flat grade level to the existing pavement. Pipe will be the same manufacture as previously installed, contractor to verify manufacture, type and size. Contractor will be responsible for acquiring all required permits. Disposal of all debris shall be the responsibility of the contractor. Work must be coordinated with office personnel, one bathroom and one entrance must be accessible at all times to office staff. 100' X 6" SITE DRAIN EXTENTION - OPTION 1A: Priced separately to continue 6" drain pipe 100' as shown on the drawings, installed as described here-in but with a clean out at the terminus. REQUIRED BID DOCUMENTS •A. Contractor must be a registered in the Central Contract Registry (CCR) •B. Contractor must demonstrate experience in the field of 3 years or more by providing (3) references to projects in similar size and scope •C. Contract must fill out the enclosed bid schedule •D. Bid schedule and references must be submitted by email to Brooke Hundley, Contracting Specialist at brooke.m.hundley@usace.army.mil or by fax to: (716) 879-4353 by 3pm EST on 9 May 2012. GENERAL SAFETY REQUIREMENTS: The contractor shall follow all Safety Requirements detailed in the United Facilities Guide Specifications (USACE UFGS 01-35-26, February 2009) attached, and applicable Safety & Health Requirements Manual per EM 385-1-1 available at http://www.usace.army.mil/CESO/Pages/EM385-1-1.aspx PRECONSTRUCTION AND SUBMITTALS: Prior to commencing construction activities, the contractor will prepare all necessary documentation including permits necessary to start and complete the work. The work area will be inspected prior to commencing work to verify surface condition and suitability, sprinkler heads will be marked by contractor to ensure visibility and acknowledge their presence. The contractor will prepare written report detailing each building specific work and a plan and schedule for the progress of the work. Anything contrary to the intent of this Statement of Work shall immediately be brought to the attention of the COR. Work will not progress until discrepancies are resolved. The following submittals shall be transmitted to the government and approved. Allow 30 days for review and approval. Requests for a time extensions resulting from submittals not being transmitted in a timely fashion shall not be a cause for a time extension to the contract. APP- Abbreviated Accident Prevention Plan and completed Checklist (see attached) AHA- Activity Hazard Analysis SSHO- Site Safety and Health Officer Qualifications Certificate of Insurance Workers Compensation Certificate Proposed and Progress Schedule (Updated with each payment request) Weekly payroll reports. Materials literature, data, and suppliers COMPLETION OF WORK AND PAYMENT: All physical work required by this contract shall be completed within 75 days after Award is given by the Contracting Officer. Completion of work shall include satisfactory performance. Liquidated damages in the amount of $325/day will be charged for every day past the completion date. The contractor shall invoice the government every 14 days and expect payment 15 days after receipt of an acceptable invoice. The final payment request will not be paid until 60 days after receipt of an acceptable invoice. WARRANTIES: One (1) year warranty covering workmanship and all materials provided covering repair and/or replacement of the components as necessary to correct defects in materials or workmanship. By virtue of this agreement the Contractor will warrant materials and his workmanship for one year from the date of final payment. NOTES, GENERAL: Normal duty hours for work shall be from 7:30 a.m. to 4:00 p.m., Monday through Friday. Requests for work outside of the normal hours require written approval from the Contracting Officer 7 days in advance of the proposed work period. The contractor shall furnish sufficient personnel to perform the work specified. The employees shall conduct themselves in a proper and productive manner at all times and shall not loiter. The contractor shall not employ those persons whose presence would violate Standards of Conduct, DOD 5500.7-R (DOD Joint Ethics). The contractor shall not knowingly allow any employee who is under the influence of alcohol, drugs, or other incapacitating agents to perform work under this contract. SITE VISIT: The facility will be available to contractors at 1300 hours (1pm EST) on Tuesday, 1 May 2012. Please RSVP to the site visit by contacting Brooke Hundley, Contract Specialist at (716) 879-4322 or by email at brooke.m.hundley@usace.army.mil or contacting Arnie Page at (419) 726-9014. ATTACHMENTS: Sidewalk plan Site drain plan Safety instructions ENG3394 and instructions Man-Hour Exposure Report Form Activity Hazard Analysis Form Bid Form
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACW49/W912P4-12-R-0011/listing.html)
 
Place of Performance
Address: 3906 North Summit Street, Toledo, Ohio, 43611, United States
Zip Code: 43611
 
Record
SN02731339-W 20120427/120426000120-b87114ecfa7b0826fe0ddcae08498ef2 (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.