Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2017 FBO #5832
DOCUMENT

Y -- Bldg. 16 Retaining Wall - Attachment

Notice Date
11/9/2017
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24218B0085
 
Response Due
11/24/2017
 
Archive Date
2/22/2018
 
Point of Contact
Aletha Bourke
 
E-Mail Address
Contract Specialist
(Aletha.Bourke@va.gov)
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Page 1 of 7 This notice is for Solicitation Number 36C24218B0085, Building 16 Retaining Wall at the James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, NY 10468. This shall be a Veteran Owned Small Business Set-Aside (VOSB). As a result, all VOSB s may submit a bid, which will be considered by the agency. This project is classified under NAICS Code 236220, Commercial and Institutional Building Construction, and has a Size Standard of $36.5 million. The cost estimate range for this project is between $100,000.00 and $250,000.00. Scope of Work: Contractor will furnish all labor, tools, materials, equipment and supervision to complete the following: For the purposes of this contract, samples, test reports, certificates, and manufacturers' literature and data will be submitted to Project Engineer for approval. The following text refers to all items collectively as SUBMITTALS. Submit for approval, all of the items specifically mentioned under the separate sections of the specification prior to work for the specific section, with information sufficient to evidence full compliance with contract requirements. Materials, fabricated articles and the like to be installed in permanent work shall equal those of approved submittals. Refer to Sample & Shop Drawings on Specifications. Replace Retaining Wall in front of Bldg. 16, replace sidewalks, curbs, paint handrails, ramps and other construction line items as specified on the project drawings and written specifications. Replace all curbs in front of Bldg. 16 main entrance only by retaining wall as highlighted in drawings. All replace portions that connect to retaining wall to be replaced. Approximately 72 linear ft of curbs. Refer to drawing D-1. Replace all sidewalks directly in front of retaining wall that connect to the retaining wall. Approximately 72 linear ft long. Refer to drawing D-1 and D-2. Replace sidewalk in the middle between retaining walls approximately 18 linear ft long by 8 wide. Existing sidewalk as shown in hatched area of drawings concrete to be saw cut and removed in its entirety. Excavate area as required to suit new concrete sidewalk and gravel base. Refer to D-1 and D-2 of drawings. Excavate dirt, road, etc as necessary to install retaining wall, sidewalks and curbs. Compact earth to at least 95% of the maximum dry density, at near optimum moisture content as determined by ASTM D1557. Contractor will locate and take care during construction as not to damage existing structures, existing sidewalks, etc adjacent to existing concrete sidewalks and curbs to be replaced. Any damage shall be repaired or replaced at no cost of VA. Curb to be 6 wide and height above finished grade varies to match grade of sidewalks. Curb to extend below finished grade 1 2 and have 5 of compacted stone below curb. Curb bed to be 20 wide. Align top of new sidewalks with existing sidewalks. All concrete for sidewalks and curbs to be 4000 PSI. New concrete sidewalk shall match pitch, slope and level of existing sidewalk. Align top of new concrete curb and new concrete sidewalk. Width and length of all new sidewalks to match existing. Provide new ½ expansion joints between new curbs and new sidewalks. Provide new ½ expansion joints in new sidewalks at 20 -0 O.C maximum. Provide new ½ expansion joints between existing sidewalks, walls, stairs and other concrete walls not to be replaced Refer to drawing D-2 for expansion joint and sealant details. Sidewalk to transition into asphalt road with no lips to be perfectly leveled with road. Replace damaged asphalt road that had to be removed by replacing curbs. Replace with new hot asphalt. Level new asphalt with existing asphalt road. Minimize damage to asphalt as much as possible. Cold Patches are not acceptable. If any parking lines are damages, provide 2 sealant coats over new patches for the entire space. Maintain all existing parking spaces. Provide new pavement markings for all parking spaces that possibly may be damaged during the curb, sidewalk and retaining wall installations. Match existing white color for normal spaces and blue for handicapped. Match existing dimensions and layout. Provide tooled scored joint ¼ wide by 1 deep in a 5 -0 x 5 -0 scoring pattern. All new sidewalks to have fine stiff broom finish in a perpendicular (transverse) direction to direction of traffic. Refer to drawing D-2. Provide ½ X ¼ sealant caulk for all new expansion joints. Sealant caulk to match color of concrete. Refer to drawing D-2. Install new retaining wall approximately 72 long in total. Replace in exact location as existing wall. Height at lowest elevation on slope to start at 6 high from grade level. Adjust height of wall from grade level as slope increases to maintain leveled top elevation height throughout the entire 72. Depth of wall to be 1 6. Refer to drawing D-2. Remove all dirt, large plants, etc if they obstruct work. Do not get rid of any large plants. Replant all large plants to alternate location as per the direction of the in-house grounds department. Concrete for retaining wall to be 4000 PSI and have a red brick die color to match exterior of Bldg. Concrete to be air entrained. Provide decorative masonry peaked cast stone cap for the entire 72 length of the wall. Cap to have overlapping edges to extend over wall on both sides. Color to be determined by VA in submittal process. Refer to drawing D-2. Pack space between coping cap and wall with mortar as per manufacturer recommendations. Provide mortar between caps, corner piece and end pieces for finished ends. Length of pieces to be 24 long and wide enough to fit over 18. Cut all pieces as necessary for a continuous leveled finish between caps to fit field conditions. All terminations of walls to have finished end pieces. No exposure of mortar or cut coping pieces is acceptable. Provide Aggrebrick finish form for back and front of retaining walls (entire length and height). 3/8 relief, 3/8 vertical joint, 0.417 horizontal mortar joint and the brick is 2 ¼ X 7 5/8 brick. (www.specformliners.com shows an example) Install weep poles below grade level to drain water from dirt. Holes to be 2 ½ diameter at 5 O.C. Provide 24 long x 12 wide area of gravel wrapped in filter fabric at each weep pole. Refer to drawing D-2. Dig foundation 48 below grade level. Retaining wall footing to be placed 42 below with 6 compacted gravel underneath footing to fill the 48 foundation. Footing to be T type footing. Install grooved epoxy coated # 5 rebar vertically from top of wall to bottom every 12 O.C. Install continuous bars of grooved epoxy coated # 5 rebar horizontally throughout entire length of retaining wall 12 O.C. All rebar to be embedded 4 minimum from all edges. Refer to drawing D-2 for all coping stone and retaining wall details. Retuck and point all joints for stones steps at stairway at main entrance at Bldg. 16. Remove all old mortar and apply new. Reseal all joints to make waterproof. Remove handrail temporarily if necessary. Refer to drawing D-3 for notes and location. Fill and compact all holes and gaps at each side of main stairwell at main entrance with new concrete. Chip away as much as possible to fill and compact hole properly. Repaint and apply exterior finish of sides to match exterior of Bldg. 16. Exterior system to have Stucco Finish with a base coat comprised of ready to mix, Portland cement mortar containing dry latex polymers. Finish coat to be pre colored, ready mixed, polymeric coating. Color to match color of building. Paint all hand rails for main stairwell and new rail for ramp with exterior ready mixed paint. Refer to drawing D-3 for handrail notes and location. Sand and scrape rail as necessary for smooth foundation and remove rust. Clean surfaces before applying paint or surface treatments with materials and methods compatible with substrate and specified finish. Apply undercoat paint and primers produced by same manufacturer as finish coats. Undercoats and primers to have VOC content of 200 g/L. Exterior Finish coat to have anticorrosive and antirust properties with a VOC content of 250 g/L. Color to be black. Exterior paint to have 20% biobased material. Refer to drawing D-3 for location of main stairwell and handrail. Replace other sidewalks marked on the drawing directly in front of ramp and Bldg. 16 sidewalks. Follow same requirements as sidewalks in front of retaining wall. Replace concrete ramp with new. Demolish existing completely inclusive of rail. Refer to drawing D-4. Contractor shall coordinate installation of new ADA ramp with a slope of 1:20 max. Field verify extent of ramp with actual finish grade of landing and of entrance door at top landing. Refer to drawings. Maximum Rise of Ramp is approximately 15.5 between bottom level landing to top level landing but not to surpass 30 in as per ADA spec guidelines. Width of ramp between rails to be approximately 4 7. Bottom and top landing shall be level and clear. Each landing to have minimum of 5 X 5 space to allow wheelchairs to spin 360 degrees unobstructed. Pitch ramp at top landing to make sure water does not pool. Install two 4 openings along back and side of curb at top landing to dispel water Install new Guardrail/handrail made of galvanized steel to match handrail in main stairwell color, thickness, style. Handrail to be installed in premade sleeves in the ramp and filled with epoxy cement in the event the rail has to be replaced in the future the ramp does not have to be destroyed. Guardrails and Handrails to be continuous along both sides of the ramp. Guardrail to be 42 high from grade. Elevation of handrail to be maintained throughout ramp. Sleeves to be flushed with grade of ramp. Each side of ramp to have maximum of 8 sleeves requiring 8 handrail posts per side. Space between post to be approximately 47 on each side. Sleeves to be 8 deep from grade in the concrete with post to be embedded in it. Top guardrail to be 1 ½ O.D Galvanized steel pipi rail. Install ½ X ½ Baluster 4 O.C. welded to top and bottom rails equally spaced posts. Handrail height to be 36 from grade. Guardrail to be a maximum of 42 high. Ends of handrail to be rounded and returned smoothly to the floor, wall or post. Install 4 X 4 concrete curb on each side of rail throughout ramp perimeter. Refer to drawing D-4. New handrail and guardrail to be painted off site. Follow same requirements for painting existing handrail for main stairwell listed on drawing D-3. Utilize temporary fencing, flag men and other required safety precautions for all parts of the project. All areas to be fenced off completely to prevent people from falling or entering construction site. Temporary floor plates can be utilized if necessary. Provide temporary caution and safety signage during construction indicating path of entrance and exit or use of alternate entrances. Coordinate all work with Project Engineer. Provide same material for replacement of any areas possibly damaged during construction. Contractor is required to visit site and meet with Project Engineer prior to bidding. Must clean construction site on a daily basis. Any drawings provided must be field verified by contractor for accuracy. If field conditions dictate different measurements, please communicate with project engineer before making any changes. If contractor has possibly a different idea due to field conditions that may benefit the VA, please communicate idea to project engineer before making any changes. Contractor must comply with all necessary James J. Peters Bronx VA Medical Center policies in regards to Security issues, Parking, ID badges, Safety Procedures, Infection Control Measures, Construction Waste Management, Ethical Conduct, etc. Secure all entrances at all times and never leave any open while contractor is off site. Contractor to provide schedule to Project Engineer for approval prior to commencement of work. All dirt by retaining wall is to leveled and topped off to grade for planting by VA. No dips, track marks will be accepted. All work is to abide by VA specifications, handbooks etc. Performance Period: Work shall be completed within 90 calendar days of written Notice to Proceed. All other details and information shall be contained in the solicitation which shall be posted on www.fbo.gov. The solicitation will be released on or about November 24, 2017. The response submittal address, date and time will be included in the solicitation. This project requires bonding and all responses/submissions shall be in hardcopies; faxed or e-mailed bids will not be accepted. All prospective bidders must be currently registered in www.sam.gov and be registered and verified as a VOSB in www.vip.vetbiz.gov at the time of offer submission and before award of this procurement. Point of Contact is Aletha Bourke at Aletha.Bourke@va.gov. End of Description
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218B0085/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218B0085 36C24218B0085.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3901999&FileName=36C24218B0085-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3901999&FileName=36C24218B0085-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx, NY
Zip Code: 10468
 
Record
SN04736615-W 20171111/171109230757-f2cf98141e10751ca4b205f6c8b97557 (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.