Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2009 FBO #2802
SOLICITATION NOTICE

Z -- RECOVERY--Z--Repair curb and asphalt paving outside building 702 at Ft. Greely, Alaska 99731

Notice Date
7/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, ACA, Pacific, ACA, Fort Richardson, ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
DPW610466J
 
Response Due
7/31/2009
 
Archive Date
9/29/2009
 
Point of Contact
Christopher Vance, 907-384-7234<br />
 
E-Mail Address
ACA, Fort Richardson
(christopher.r.vance@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DEPARMENT OF THE ARMY Office of the Department of Public Works Box 31310, Fort Greely, AK 99731 Memorandum For: Reference: DPW 61046-6-J Subject: Repair Curb and Asphalt Paving and Install Sidewalks Overview: To make the area pleasing to the eye, the site work needs repairing or new items. The sidewalk to the pad for sign from the concrete plaza was eliminated, because its fine the way it exists. The sidewalk in front of Building 702 was also eliminated, because it was done on service order # 22333. SCOPE OF WORK: 1.Provide all material, labor, and equipment necessary to repair or install curbs, asphalt paving, lawns and sidewalks as shown on attached 9 photos. 2.For new sidewalks, excavate new area and backfill if necessary with NFS and compact to 95 % density. Sidewalk shall be constructed to be in line with the existing pavement. Provide and install 9 gauge highway metal wire mesh 2 from the top elevation. For the pad in front of the theatre, place 1/2 rebar 6 centers 2 from the top elevation. The pad shall be ADA compliant. Sidewalk and pads shall be 3000 psi with an air content of 6 plus or minus 1-1 percent with broom finish. Sidewalks, steps and pads shall slope away from the buildings. Install expansion material every 20 feet and where it abuts the building/wall and old sidewalks, pads and steps. Use water resistant felt expansion joint. Caulk expansion material with Sonolastic 150 or equivalent, see attached product data. Warranty sidewalks, pads and steps for structural cracking, spaulding or settling for one year. 3.Cut at least 6 width of old asphalt and excavate new area and backfill with NFS and compact to 95% density with the last 2 with D-1 aggregate compacting at 98%. Asphalt shall be compacted 2 thick. Asphalt pavement shall slope down away from the building and dock. Asphalt Mix Design shall be Type II. Work shall be done in accordance with ADOT. 4.For the concrete patch, clean and metal brush hole and apply concrete patch kit that matches the existing color and finish of sidewalk. 5.For the drainage ditch, after excavating ditch, flatten soil and prepare for seed. Use 1 lb. bag of seed mixture of 50% Arctared Fescue and 50% Boreal Red Fescue. Rake to get seed in soil and water. 6.For the grass in front of Building 501, hydro-seed or seed to get rid of the weeds and have a lush lawn grass to start. GENERAL NOTES: 1.The contractor needs to arrange for a site visit as the government does not guarantee initial site conditions. 2.Submit with cost proposal a probable sequence of events timeline to include long lead item delivery times and TOTAL JOB DURATION. 3.A schedule will be submitted, for approval or negotiation, to DPW Contract Management within five business days after receipt of a Notice to Proceed. 4.All schedule changes will be negotiated and approved through DPW Contract Management. 5.A pre-construction meeting with DPW personnel will be held to review the contractors schedule, quality control plan, submittals and discuss any required coordination, issues and clarifications. 6.Installed equipment, real property, and salvageable material will remain property of the Government unless otherwise noted by Owners Representative. 7.Materials submittals will be delivered to DPW Contract Management for approval prior to use on job. 8.All materials used will be new and free of defects unless previously approved by DPW Contract Management. All materials will be installed to Industry Standards in accordance with Manufacturers recommendations and instructions. 9.All work will comply with applicable state building codes; all work will comply with Federal, State, and Ft. Greely Environmental Regulations (see FGA Environmental Procedure Manual). 10.All work shall be performed in a skillful and skilled craftsman-like 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. The Contractor shall pay all training and certification costs. 11.Contractors responsibilities include following their government approved, corporate QC plan. 12.Final inspection date is predicated upon completion of all contractors QC punch list items. 13.All work is subject to inspection and testing by the Government at all places and at all reasonable times before acceptance. 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 terms or condition of the specification without the Contracting Officers written authorization. 14.The Contractor is responsible for quality control and shall establish and maintain an effective quality control system. The quality control system shall consist of plans, procedures, and organization necessary to produce an end product that complies with the specified requirements. 15.The Contractor is responsible for proper job site postings to include the DOL publication WH-1321 (Attachment 4) and applicable WD found in the Task Order. 16.The Contractor is responsible to ensure that sub-contractors submit properly completed SF-1413s (Attachment 3) and certified payrolls. 17.The Contractor is responsible for keeping their own and subs certified payrolls filed for each special project to include all SF 1413s, SF 1445s and making them available on request by KO, COTR or QAEs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABQ/DABQ03/DPW610466J/listing.html)
 
Place of Performance
Address: Directorate of Public Works Bldg. 603 Ft Greely AK<br />
Zip Code: 99731<br />
 
Record
SN01887813-W 20090729/090727234721-a10039884dbdcb3ddc5dba3d2ef4e8d5 (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.