Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2010 FBO #3133
MODIFICATION

Y -- Ohio Riverfront - Cincinnati, OH, Walnut Street Event Lawn

Notice Date
6/21/2010
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-10-R-0043
 
Response Due
6/29/2010
 
Archive Date
8/28/2010
 
Point of Contact
Stephanie Craig, 502-315-6204
 
E-Mail Address
USACE District, Louisville
(stephanie.m.craig@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0005 is available for download. The Ohio Riverfront Cincinnati, Ohio, Walnut Street Event Lawn project is located in Hamilton County, Ohio. The work for the second contract will take place on top of a recently constructed parking garage near the Ohio River in downtown Cincinnati, Ohio. To the north and south, independent projects are being constructed in association with the Banks development including roadway improvements, multiuse development buildings with subsurface parking garages, and a realigned/reconstructed roadway. Immediately adjacent and to the west is the Phase I site. It is anticipated that Phase I will be awarded this month, May 2010. The construction work will require a significant amount of coordination amongst neighboring building project teams and City agencies. Construction will take place on-structure, atop a parking garage designed to accommodate parking for special events, park and city visitors and those working at the many businesses throughout the downtown area. Site preparation for this contract will require installing a waterproofing system on the roof of the parking garage. The waterproofing will consist of applying a hot fluid over the concrete deck. The fluid is a rubberized asphalt system with protection board and root barriers. Associated with the work are concrete repairs, sealant joints, and 3 compression joints with cover plates. The waterproofing contractor will be responsible for deck preparation; furnishing and installing the system; and providing protection and repairs to the system during installation of the surface features. The contractor must be certified to install the system and provide a five year warranty. The main feature consists of the Event Lawn, which will provide a place for public gatherings both large and small. A granite paved walkway will be constructed along the west and south edges of the lawn. On the western edge, a stage and canopy will be constructed f ac ing the lawn. The stage is a raised platform paved in granite with a shade structure above. Decorative lighting will be incorporated into the ceiling and also mounted to the canopy's columns. Speakers will be strategically placed at the canopy and at certain areas of the lawn in order to accommodate major festivals that require sound. The lawn rises one and a half feet from the west to the east. The grade change is contained by stone seatwalls to the north and south, the east and west ends are flush with surrounding grade. Within the lawn sit specimen shade trees, alternating with pedestrian post top lights, and punctuated by several sets of stone steps. This is set-aside for Small Businesses. The proposals will be evaluated based on a best value source selection process. The selection process will evaluate such factors as: Prime Contractor Past Experience and Prime Contractor Past Performance, Price, and Pro Forma information. The estimated cost range for this p roje ct is $5,000,000 to $10,000,000. The North American Industry Classification (NAICS) Code is 237990, with a size standard of $33.5M. The base construction contract duration is approximately 300 days. The approximate issue date is 24 May 2010 and approximate closing date is 29 June 2010, 11:00 am Eastern Time. Downloading of the project documents requires registration at the FedBizOps (FBO) website at http://www.fbo.gov. Amendments will be available from the FedBizOps website by download only. Prior to submission of proposals all contractors must have an active registration in the Central Contractors Registration (CCR) data base. To register or update information go to http://www.ccr.gov. Questions may be addressed to Stephanie Craig, Contract Specialist, via email Stephanie.M.Craig@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-R-0043/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02183074-W 20100623/100621234638-3d3fcff1f06fc91030f89efb6d3c433c (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.