Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2010 FBO #3028
SOLICITATION NOTICE

Y -- REMOVE & REPLACE NEBRASKA TAILWATERS BOAT RAMP FOR THE US ARMY CORPS OF ENGINEERS LOCATED NEAR YANKTON, SD.

Notice Date
3/8/2010
 
Notice Type
Presolicitation
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-10-Q-G016
 
Response Due
3/26/2010
 
Archive Date
5/25/2010
 
Point of Contact
MONICA DWYER, 402-667-7873
 
E-Mail Address
USACE District, Omaha
(monica.e.dwyer@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REMOVE & REPLACE NEBRASKA TAILWATER BOAT RAMP, US ARMY CORPS OF ENGINEERS. POC FOR SCOPE OF WORK IS MICHAEL CALLAGHAN; PH: 402-667-2563; EMAIL d.michael.callaghan@usace.army.mil GAVINS POINT PROJECT REMOVE AND REPLACE NEBRASKA TAILWATERS AREA BOAT RAMP 1.SCOPE OF WORK: Contractor shall be responsible for all labor and material required to remove the existing 4,050 SF of 6 concrete boat ramp and replace it with a 5,810 sf of 6 concrete boat ramp, grade and seed as per the enclosed drawings and specification. Existing base material can be reused by blading and compacting prior to concrete placement. Contractor will also be responsible for the disposal of the material to a proper waste site. 2. BEST VALUE: Award to the successful contractor shall be based on Best Value rather than low bid per FAR regulation 52.212-2 EVALUATION (JAN1999).The bids will be based on the following factors: a.Past experience of similar work Include two references of work previously done with telephone numbers. b.Contractor supplied materials and equipment. c.Time for completion of contract. d.Price. Items a, b, and c when combined, are significantly more important than price. 3. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: The Contractor will be required to commence work under this contract on the date of receipt by him of Notice to Proceed, to prosecute said work diligently and to complete the entire work with in 30 days. The time stated for completion shall include final cleanup of the premises. 4. CONTRACT DRAWINGS AND SPECIFICATIONS: Omissions from the drawings or specifications or the misdescription of details of work which are manifestly necessary to carry out the intent of the drawings and specifications, or which are customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed details of the work but they shall be performed as if fully and correctly set forth and described in the drawing and specifications. The Contractor shall check all drawings furnished him immediately upon their receipt and shall promptly notify the Contracting Officer of any discrepancies. 5. SITE VISIT: Offerors or quoters are urged and expected to inspect the site where the work will be performed. 6. APPROVAL OF MATERIALS: The Contracting Officers Representative shall approve all materials before being used in subject contract. 7. SPECIAL REQUIREMENTS: The surface should be grooved in a herringbone pattern, down sloped from the center of the ramp to the outside edge, as shown in the drawings. 8. TAXES Nebraska. 8.1. NEBRASKA SALES AND EXCISE TAX. Materials installed under this contract are not exempt and the tax must be included in the amount bid. Telephone: (402) 595-2065 (Department of Revenue-Omaha). 9. PROTECTION OF EXISTING FACILITIES: Contractor shall be responsible for protection of existing structures, roadways and parking lots in the construction area. 10. ENVIRONMENTAL PROTECTION: In order to prevent, and to provide for abatement and control of any environmental pollution arising from the construction activities in the performance of this contract, the Contractor and his sub contractors shall comply with all applicable federal, state and local laws and regulations concerning environmental pollution control and abatement. a. Notification: The Contracting Officer will notify the Contractor in writing of any non compliance with the aforementioned federal, state or local laws or regulations. Such notice, when delivered to the Contractor or his authorized representative at the site of the work, shall be deemed sufficient for the purpose. The Contractor shall, after receipt of such notice, immediately inform the Contracting Officer of proposed corrective action and take such action as may be approved. If the Contractor fails or refuses to comply promptly, the contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall make the subject of a claim for extension of time or no part of the time lost due to any such stop orders for excess costs or damages. 11. SAFETY REQUIREMENTS: The Contractor shall ensure that safe working practices are utilized and that all equipment meets the requirements of the US Army Corps of Engineers, Safety and Health Requirements Manual, EM 385 1 1, September 1996, before work begins. A copy of the above manual is available at the Gavins Point Dam Project Office, 55245 Highway 121, Crofton, Nebraska.. a. Ground Fault Circuit Interrupters: In addition to the requirements of paragraph 11.C.05 of EM 385 1 1, ground fault circuit interrupters are required for all extension cord systems. b. First Aid and Medical: First aid facilities shall be made available on the job site. Arrangements for emergency medical attention shall be made prior to start of work. All emergency numbers (doctor, hospital, ambulance, fire department) shall be posted, or made available at the work site. 12. HOUSEKEEPING: Daily clean up of all debris and waste materials are required. Adequate disposal containers shall be placed strategically around the site. Debris shall be removed on a regular basis. 13. AVAILABILITY AND USE OF UTILITY SERVICES: Use of public and private utilities will be as found available. The Contractor shall make his own arrangements for use of public and private utilities. 14. WORK AND MATERIALS GUARANTEE: The Contractor will guarantee materials for one year from the date the Government assumes use of the equipment or materials. 15. PAYMENT: Payment for subject work will be for entire work complete in conformance with this specification and drawings, and paid within 30 days of acceptance by the Government and receipt of a proper invoice. SECTION 03300A CONCRETE FOR BUILDING CONSTRUCTION 08/90 PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. ACI INTERNATIONAL (ACI) AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 94 1994 Ready Mixed Concrete 1.2 SUBMITTAL Government approval of the below mentioned Cementitious Material must take place prior to placement of the concrete. SD 13 Certificates Cementitious Materials; Cement, pozzolan, and ground iron blast furnace slag will be accepted on the basis of manufacturer's certification of compliance, accompanied by mill test reports attesting that the materials meet the requirements of the specification under which it is furnished. No cement, pozzolan, or slag shall be used until notice of acceptance has been given by the Contracting Officer. Cement, pozzolan, and slag may be subjected to check testing by the Government from samples obtained at the mill, at transfer points, or at the project site. 1.3 GENERAL REQUIREMENTS 1.3.1 Strength Requirements Structural concrete for all work shall have a 28 day compressive strength of 5000 pounds per square inch. Concrete slabs on grade shall have a 28 day flexural strength of 600 pounds per square inch. Concrete made with high early strength cement shall have a 7 day strength equal to the specified 28 day strength for concrete made with Type I or II portland cement. 1.3.2 Air Entrainment All concrete shall contain from 4 to 7 percent total air. 1.3.3 Special Properties Concrete may contain other admixtures, such as water reducers, superplasticizers, or set retarding agents to provide special properties to the concrete, if approved. 1.3.4 Slump Slump shall be within the following limits: Structural Element Slump in inches Minimum Maximum ____________________ _________ _________ Walls, columns and beams 2 4 footings, pavement, and slabs 1 3 PART 2 PRODUCTS 2.1 CONCRETE INGREDIENTS Concrete shall conform to ASTM C 94; type I & II. 2.2 CURING MATERIALS Curing materials shall be burlap, impervious sheets, or membrane forming compounds. 2.3 EMBEDDED ITEMS Embedded items shall be of the size and type indicated or as needed for the application. 2.4 WATER Water shall be potable. 2.5 SURFACE COAT FINISH Herringbone Tooled finish. PART 3 EXECUTION 3.1 PREPARATION OF SURFACES Surfaces to receive concrete shall be clean and free from frost, ice, mud, and water. Conduit and other similar items shall be in place and clean of any deleterious substance. Surfaces shall be moist but without free water when the concrete is placed. 3.2 FORMWORK Form work shall be mortar tight, properly aligned, and adequately supported to produce concrete conforming accurately to the indicated shapes, lines, dimensions, and with surfaces free of offsets, waviness, or bulges. Where surfaces are to be exposed or painted, panels shall be of uniform sizes, using smaller panels only where required by openings, joints or for closure. Unless otherwise shown, exposed external corners shall be chamfered, beveled or rounded by moldings placed in the forms. Form surfaces shall be thoroughly cleaned and coated before each use. Forms shall be removed at a time and in a manner that will not injure the concrete. 3.3 Not Used. 3.4 Not Used. 3.5 Not Used. 3.6 Not Used. Embedded items shall be free from oil, loose scale or rust, and paint. Embedded items shall be installed at the locations indicated and required 3.7 BATCHING, MIXING AND TRANSPORTING CONCRETE The work shall conform to ACI 318/318R part Construction Requirements, except as otherwise specified. 3.8 CONCRETE PLACEMENT Concrete shall be handled from mixer to forms in a continuous manner until the approved unit of operation is completed. Adequate scaffolding, ramps and walkways shall be provided so that personnel and equipment are not supported by in place reinforcement. Concrete shall be deposited as close as possible to its final position in the forms. Depositing of the concrete shall be so that all slabs shall be placed in a single layer. Concrete to receive other construction shall be screed to the proper level to avoid excessive shimming or grouting. 3.9 CONSOLIDATION Vibrators shall not be used to transport concrete within the forms. Slabs 4 inches and less in thickness shall be consolidated by properly designed vibrating screeds or other approved technique. 3.10 Not Used. 3.11 CONSTRUCTION JOINTS Expansion and contraction joints shall be made in accordance with the details shown or as otherwise specified. Construction joints shall be located as indicated or approved. Contraction joints shall be cut at a minimum of 1 inch deep with a jointing tool after the surface has been finished. All joints will be sealed with an approved joint sealant 3.12 FINISHING CONCRETE 3.12.1 Float Finish Slabs to receive a steel trowel finish. Screeding shall be followed immediately by darbying or bull floating before bleeding water is present, to bring the surface to a true, even plane. 3.12.1.2 Not Used. 3.12.1.3 Tooled Herringbone 3.12.1.4 Not Used. 3.13 CURING AND PROTECTION 3.13.1 General Immediately after placement, concrete shall be protected from premature drying extremes in temperatures, rapid temperature change, mechanical injury and injury from rain and flowing water. Air and forms in contact with concrete shall be maintained at a temperature above 50 degrees F for the first 3 days and at a temperature above 32 degrees F for the remainder of the specified curing period. 3.13.2 Moist Curing Concrete to be moist cured shall be maintained continuously wet for the entire curing period. If water or curing materials used stains or discolors concrete surfaces which are to be permanently exposed, the concrete surfaces shall be cleaned. When wooden forms are left in place during curing, they shall be kept wet at all times. If the forms are removed before the end of the curing period, curing shall be carried out as on unformed surfaces, using suitable materials. Horizontal surfaces shall be cured by ponding, by covering with a 2 inch minimum thickness of continuously saturated sand, or by covering with waterproof paper, polyethylene sheet, polyethylene coated burlap or saturated burlap. 3.13.3 Membrane Curing Membrane curing shall not be used on surfaces that are to receive any subsequent treatment depending on adhesion or bonding to the concrete. SECTION 02485 GRASSING (SEEDING AND SOD) 09/92 PART 1 GENERAL 1.1 SUMMARY This section covers the installation and maintenance of lawns. 1.2 REFERENCES The following publications form a part of these specifications to the extent indicated by their references. The exclusion of a publication from this section will not relieve the Contractor from complying with the publication reference elsewhere. 1.3 SUBMITTALS Submit the following in accordance with Section \=01300=\,Submittals:\*SD-13, Certificates* 1.4 WEATHER LIMITATIONS Do not place topsoil when the subgrade is frozen, excessively wet, extremely dry, or in a condition detrimental to grass seeding or finish grading. perform seeding between March 15 and May 1 or between September 1 and October 15, unless otherwise permitted. When delays in operations carry the specified work beyond the most favorable grass seed planting season, or when conditions are such that satisfactory results are not likely to be obtained, the specified work shall be stopped and resumed only when conditions are favorable for seeding operations. 1.5 DELIVERY AND STORAGE Grass seed and fertilizer shall be delivered in sealed containers or bags, each fully labeled in accordance with the applicable federal and state regulations and bearing the name, trade name or trademark, and certification of the producer. Packaged materials shall be stored off the ground, under watertight cover, and away from damp surfaces. 1.6 PROTECTION Protect seeded areas against traffic or other use by erecting barricades around each area immediately after seeding is completed and by placing warning signs of an approved type on each seeded area. PART 2 PRODUCTS 2.1TOPSOIL Topsoil shall be fertile, friable, natural surface soil obtained from well-drained areas and possessing characteristics of representative soils in the project vicinity that produce heavy growths of crops, grass, or other vegetation. Topsoil shall be free of material that might be harmful to plant growth or hindrances to planting or maintenance operations. 2.2GRASS SEED Grass seed mix shall be Fawn fescue, 6 lbs / 1,000 sf Switch grass, and fairway crested wheat grass, each to be applied at a rate of 4 lbs./ 1000 sq. ft. and Partner Perennial Rye grass at a rate of 2 lbs./ 1000 sq.ft. 98% purity & 90% germination shall be at most 1% weed seed, with mulch matting material to cover all seeded areas,. 2.3NOT USED 2.4FERTILIZER Fertilizer shall be ammonium phosphate (16-20-0), potassium sulfate (0-050), iron sulfate (20% min.), soil sulphur, and pellet 16-6-8 commercial fertilizer. 2.5MULCH Mulch shall be a matted material anchored by metal stakes. Asphalt emulsion shall meet the requirements of ASTM D977-\ or \-ASTM D2397-\. PART 3 EXECUTION 3.1TOPSOILING 3.1.1 Subgrade Preparation Before topsoil is placed, the subgrade surface shall be cleared of all materials that might hinder the performance of the work or subsequent maintenance operations.Grades on areas that have been previously established, as indicated, shall be maintained in a true and even condition. Where grades have not been established or where improperly graded, areas shall be uniformly graded. Finished surfaces shall be smooth, of correct elevation within a tolerance of 0.1 foot, with uniform levels or slopes. Immediately prior to placing the topsoil, scarify the subgrade to a depth of at least 6 inch by plowing, discing, harrowing, or other approved means. 3.1.2 Placing Topsoil Place suitable topsoil the top 4 inches of all indicated grassed areas. Distribute the topsoil uniformly and spread evenly to an average thickness of 4 inches, and leave the area smooth and suitable for lawns. Where any portion of the surface becomes gullied or otherwise damaged, repair the area to establish the condition and grade prior to topsoiling, and then re-topsoil. 3.1.3 Smooth Grading 3.2 SEEDING 3.2.1Method of Sowing The method of sowing shall use approved sowing equipment. Seeding, making use of a mixture of seed, fertilizer, and water applied by special mobile equipment designed for the purpose, may be employed subject to approval. If the above method of seeding is employed, covering seed and compaction operations specified will be waived. 3.2.2Preparation of Seedbed The seedbed shall be loose and porous at the time of seeding. If necessary, the seedbed shall be loosened to a depth of at least 6 inches by harrowing or other suitable means, and the surface shall be smooth graded and cleared of objectionable material as specified. 3.2.3Planting Seed Distribute grass seed uniformly over the prepared seed bed at the rate of: 1 pound per 125 square feet, for lawn areas Immediately after seeding, lightly rake or lightly harrow the area, to cover the seed to an average depth of 1/4 inch. 3.2.4Compacting Immediately after the completion of seeding operations and raking, compact the entire area by means of suitable compacting equipment; 3.3 MULCHING 3.3.1 Placing Mulch Not more than 48 hours after the completion of seeding, spread mulch uniformly over the entire area in a continuous blanket having a depth of not more than 1-1/2 inches loose measurement. Roll out matted mulching material over the entire seeded area anchoring the material using manufacture approved stakes, and continue uniformly until the area is completely covered. Immediately after the completion of mulching in an area, moisten it to a depth of 3 inches or more.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-10-Q-G016/listing.html)
 
Place of Performance
Address: GAVINS POINT PROJECT 55245 HIGHWAY 121 CROFTON NE
Zip Code: 68730
 
Record
SN02086171-W 20100310/100308235000-5dafdcf175fab263ccaa5d1e5d58c9c8 (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.