Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2014 FBO #4675
MODIFICATION

Y -- Removal and replacement the roof of the Baldhill Dam Lake Ashtabula Visitors Center. - Solicitation 1

Notice Date
9/10/2014
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
USACE District, St. Paul, Contracting Division CEMVP-CT, 180 East Fifth Street, St. Paul, MN 55101-1678
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-14-T-0150
 
Response Due
9/17/2014
 
Archive Date
10/2/2014
 
Point of Contact
Jesse Onkka, Phone: 6512905444, Kevin P. Henricks, Phone: 6512905414
 
E-Mail Address
Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil
(Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation SCOPE OF WORK I. General Overview: A. The U.S. Army Corps of Engineers, Baldhill Dam, and Lake Ashtabula Visitors Center require the removal and replacement of the roof. There will be an option of a baluster and rail replacement on the Visitors Center deck. Work shall comply with all applicable local and state building codes. B. The Visitors Center and Picnic Shelter are located across the Dam from the Project Office in the Mel Rieman Recreation Area. The address of the Project Office is 2630 113 Av. S.E., Valley City N.D., 58072. C. The Contractor shall visit the site and determine all existing conditions affecting the work in this scope. Contact the Contracting Officer Representative at (701)845-2970 to schedule a site visit. D. All work on this contract, including final clean-up of the premises shall be complete no later than 30 November 2014. II. Work Restrictions and coordination with others: A. The work schedule will be coordinated with the COR. B. Work will be performed between the hours of 7:00am and 4:30pm, Monday thru Friday. There will be no work on weekends or Federal Holidays. C. Contractor parking, equipment and materials staging shall be coordinated with the COR. III. Safety: A. The Contractor shall submit a safety plan for performing the work. The safety plan shall be in conformance with the latest version of the Safety and Health Requirements Manual, US Army Corps of Engineers, EM-385-1-1 (Latest Edition). The manual can be accessed at http://publications.usace.army.mil/publications/eng-manuals/EM385-1-1languages/EM385-1-1English2008/toc.html B. The Contractor shall maintain a safe work environment during all phases of the work. The Contractor shall insure that all workers are properly trained in safe work techniques, are aware of hazards in the activities performed, and are provided with the necessary training and equipment to perform the work without accident or injury. The Contractor is responsible for the compliance of all work operations with applicable OSHA Standards and North Dakota State Codes governing work environment safety as well as the requirements of 385-1-1. IV. Work Plan: A. The Contractor shall submit a work plan that details the sequence and scheduling of the work. The work plan shall be submitted within 5 working days of the Notice to Proceed. Work on the roof shall not commence until after Corps acceptance of the quote mark Work Plan quote mark. B. A pre-work meeting shall be held at the Baldhill Dam Office prior to commencing the work. The Safety Plan, work plan, schedule and coordination issues shall be discussed at this time. C. The Contractor shall be responsible for the removal and disposal of all work related debris including but not limited to the shingles. All waste material shall become the property of the Contractor. Disposal of debris shall be off-site and meet all Federal, State and Local Codes. D. It is the Contractors responsibility to apply for and comply with any required permits needed to complete this Contract. E. The Contractor shall have a designated supervisor who shall be present on the job during all working hours. The Contractor shall establish and maintain quality control to assure compliance with contract requirements and shall maintain records for all construction operations. Copies of the records of inspections and tests, as well as the corrective action taken, shall be made available to the Government as directed by the COR. V. Technical Requirements: A. Galvanized Steel Shakes: The roof removal and replacement on the Visitors Center which is approximately 46' X 57', (Total sf ft is aproximatly 2,064, Roof pitch is approx a 7/12 pitch) will include the following; a. Total removal of the wooden shakes, underlayment and flashing so as to fully expose the existing roof deck to be worked on. Repairs to and/or replacement of deteriorated roof decking. Replacement of damaged roof flashings including chimney, plumbing vents, etc., shall be accomplished prior to installing the new roof. b. Provide framework to enclose 2 quote mark rigid foam insulation (R-10 or R-13) and cover insulation with quote mark exterior plywood. Install a 40 mil polymer-modified asphalt bonded to polyethylene sheeting; Grace/Ice and Water Shield, Owens-Corning/Deck-Dri, or approved equal. Install the moisture barrier in accordance with the manufacturer's instructions. c. Eve starter, rake starter, J channel and the ridge cap shall be incorporated in the roof replacement as well as the clips and any other materials needed to prep the roof and finish the job. d. Galvanized steel shakes manufactured by EDCO, ABC Seamless or the equivalent, meeting the standards of UL-1897 wind resistance, UL-2218 impact resistance, UL-790 fire resistance and ASTM d-4145 paint adhesion. The color shall be determined by the COR. e. Certificates of the steel shake manufacturer's warranty shall be provided to the COR. f. Roofer(s) shall have at least 5 years experience with installation of steel shakes and be able to provide such proof to the COR. B. Option 1: Baluster and rail replacement; The Contractor shall remove approximately 95 linear feet of existing baluster and rail on the concrete deck of the Visitors Center and replace with 4 quote mark X 4 quote mark treated posts and a 42 quote mark baluster and rail system that can be in a pre-fabricated design that will fit in with the existing architectural design of the Visitors Center. The design and materials of the baluster and rail must conform to N.D. State and International Building Codes. The contractor shall submit with their bid their baluster and rail system they intend to use along with the plan of how it will be anchored on the concrete deck. a. The Corps is looking for a baluster system simmilar in appearance to the following: i. http://timbertech.com/products/radiancerail ii. http://www.dgguide.com/deck-railing-balusters-2014/ VI. Final Acceptance Inspection. The Contractor, superintendent or both and the COR and Project Manager will be in attendance at this inspection.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-14-T-0150/listing.html)
 
Record
SN03504006-W 20140912/140910234826-adcfd8772cd301473f4d069e33191e5a (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.