Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2014 FBO #4540
AWARD

Y -- Demolition of Pier 360 Solomons,Demolition of Fuel Pier 51 NAS Patuxent River

Notice Date
4/28/2014
 
Notice Type
Award Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N40080 NAVFAC WASHINGTON, NAS PATUXENT RIVER/FEAD 22445 Peary Road Bldg 504 Patuxent River, MD
 
ZIP Code
00000
 
Solicitation Number
N4008013R3019
 
Archive Date
5/28/2014
 
Point of Contact
Dorothea Holley 301-757-1001
 
Small Business Set-Aside
N/A
 
Award Number
N40080-14-C-3011
 
Award Date
3/12/2014
 
Awardee
Asturian Group, Inc (DUNS 034987663)<br />
 
Award Amount
2,538,953.00
 
Line Number
0001, 0002
 
Description
The Contractor shall mobilize a crane barge, debris barge, tug/pusher boat, and personnel and other necessary equipment, of sufficient capacities and quantities to perform the demolition of Pier 360 and subsequent removal and disposal of the associated debris. On site mobilization shall include deployment of a turbidity curtain. This curtain shall be installed in such a fashion as to enclose areas to be demolished and extend vertically in the water column to make full contact with the river bottom. 4.1.2. Pier Demolition The demolition of Pier 360 shall include the following: 1. Conduct a pre-demolition side scan sonar survey of the pier footprint. a. The Contractor shall perform this survey as a means of determining the general location and quantity of debris that may reside beneath Pier 360. Hardcopies of pertinent side scan images shall be provided to the Government in 8 ½ by 11 inch format within 3 working days of completing the side scan sonar survey. 2. Remove and dispose of existing security fence. 3. Place a temporary security fence across opening to Pier 360 to prevent unauthorized access to the work site. 4. Removal of the pier mooring hardware that includes fourteen double-bitt bollards and twelve cleats. 5. Removal of all loose metals and debris currently residing on the pier. 6. Cut, remove, and disposal of all utility conduits, cabling, piping, light poles, and utility boxes on the pier. The utility lines shall be severed at the pier/shoreline interface (Section J, Attachment E, Photos 8 and 10). The Contractor is directed to remove these utilities with minimal disturbance to the shoreline. 7. Removal of the pier deck, curbs, wales, deck stringers, cross bracings, and pile caps. 8. Removal of all piles that include vertical, batter, and fender piles. Piles shall be fully extracted from the bottom. Due to the severe condition of a number of bearing and fender piles, resulting from fire damage and age deterioration, it is anticipated that the contractor will not be able to successfully remove these piles by vibratory hammer or straight pull methods. In such cases the contractor will cut the piles at the existing mud line. 9. Concrete bulkhead and encasements. a. The pier is anchored to the shoreline by a concrete bulkhead and a series of five 18-inch square concrete encasements. The bulkhead and encasements shall be abandon in place. 10. Remove all pier related debris along the adjacent shoreline. 11. Conduct a post-demolition side scan sonar survey of the pier footprint. a. The Contractor shall perform this survey as a means of determining the general location and quantity of any large pieces of debris that may remain in the Pier 360 footprint. Hardcopies of pertinent side scan images shall be provided to the Government in 8 ½ by 11 inch format within 3 working days of completing the side scan sonar survey. Upon review of the survey results by the Government, discussions will be held with the Contractor to determine if further debris removal efforts are required. 12. Conduct a post-demolition dive inspection survey of the pier footprint. a. The Contractor shall perform a dive survey of the demolition site to ground-truth data obtained from the side scan sonar survey. 13. Construct a permanent barrier across the pier access road. a. The Contractor shall submit a proposal to the Contracting Officer recommending an appropriate barrier to permanently restrict vehicle access to the shoreline at the location of the pier/shoreline interface (Section J, Attachment E, Photo 11). b. This barrier will be erected upon completion of the demolition work. 14. The Contractor will provide to the Government, as part of their contract cost proposal, a pre-priced option for 5 additional days of debris removal time. This option addresses the potential for further debris removal efforts following the final side scan sonar survey. 4.1.3. Containment of Demolition Debris As mentioned in 4.1.1., above, the Contractor shall utilize a silt curtain throughout the course of this demolition project. The silt curtain will be allowed to enclose only a portion of the work site, but must be of sufficient depth to remain in contact with the river bottom at all times.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40080PAX/Awards/N40080-14-C-3011.html)
 
Record
SN03350506-W 20140430/140428234821-9fa22f5f73f4aeea0c126c2811fdbc15 (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.