Search for question
Question

SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) W912ES-24-T-0004 7. ISSUED BY Contracting Division USACE - St. Paul IMPORTANT The "offer" section on the reverse must be fully completed by offeror. 4. CONTRACT NO. 5. REQUISITION/PURCHASE REQUEST NO. 100 Street Place St. Paul, MN 55101 9. FOR INFORMATION CALL: a. NAME John Smith 1. SOLICITATION NO. CODE WXXXYYYZZZ 13. ADDITIONAL SOLICITATION REQUIREMENTS: a. Sealed offers in original and 2 local time 02/28/2024 2. TYPE OF SOLICITATION SEALED BID (IFB) NEGOTIATED (RFP) b. An offer guarantee 8. ADDRESS OFFER TO See Item 7 NSN 7540-01-155-3212 SOLICITATION NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid and "bidder". 10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying no., date) 3. DATE ISSUED 12a. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If "YES", indicate within how many calendar days after award in Item 12b.) YES NO 02/14/2024 is, X is not required. 6. PROJECT NO. Project Title: Sill Plate Repairs This is a Request for Quote. The work shall consist of the repair of the sill plates for the 12th Street, 4th Street and Bygland Road Closures. The 12th Street, 4th Street and Bygland Road sill plate repairs require filling the space between the MC channel and concrete with a flexible, waterproof sealant. The Bygland Road sill plate repair also requires replacing broken anchors with new anchors. The work also includes incidental costs of establishing and maintaining traffic control. For further details, read the SOW. Use SF25 and SF25a for Bonds. The contractor shall provide all labor, equipment, materials and supplies necessary for this work. To schedule a site visit, contact the Core of Engineers Representative Bob Johnson at 701-555-3434 This is a HUBZONE Set Aside NAICS Code is 237310 scope of work is between 25K and 100K. b. TELEPHONE NO. (Include area code) (NO COLLECT CALLS) 1-800-555-1212 11. The contractor shall begin performance 10 calendar days and complete it within 30 calendar days after receiving award, X notice to proceed. This performance period is mandatory negotiable. (See 52.211-10 PAGE OF PAGES 1 10 copies to perform the work required are due at the place specified in Item 8 by 10:00 AM (hour) (date). If this is a sealed bid solicitation, offers will be publicly opened at that time. Sealed envelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due. 12b. CALENDAR DAYS c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. d. Offers providing less than 60 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected. 52 STANDARD FORM 1442 (REV. 4-85) Prescribed by GSA - FAR (48 CFR) 53.236-1(d) 14. NAME AND ADDRESS OF OFFEROR (Include ZIP Code) AMOUNTS CODE FACILITY CODE See Item 14 17. The offeror agrees to perform the work required at the prices specified below in strict accordance with the terms of this solicitation, if this offer is accepted by the Government in writing within calendar days after the date offers are due. (Insert any number equal to or greater than the minimum requirement stated in Item 13d. Failure to insert any number means the offeror accepts the minimum in Item 13d.) AMENDMENT NO. 18. The offeror agrees to furnish any required performance and payment bonds. OFFER (Must be fully completed by offeror) 15. TELEPHONE NO. (Include area code) 21. ITEMS ACCEPTED: 22. AMOUNT DATE. 20a. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print) 20b. SIGNATURE 24. SUBMIT INVOICES TO ADDRESS SHOWN IN (4 copies unless otherwise specified) 26. ADMINISTERED BY 19. ACKNOWLEDGMENT OF AMENDMENTS (The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each) 30b. SIGNATURE 16. REMITTANCE ADDRESS (Include only if different than Item 14.) AWARD (To be completed by Government) ITEM 23. ACCOUNTING AND APPROPRIATION DATA 28. NEGOTIATED AGREEMENT (Contractor is required to sign this document and return copies to issuing office.) Contractor agrees to furnish and deliver all items or perform all work requirements identified on this form and any continuation sheets for the consideration stated in this contract. The rights and obligations of the parties to this contract shall be governed by (a) this contract award, (b) the solicitation, and (c) the clauses, representations, certifications, and specifications incorporated by reference in or attached to this contract. CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE 30a. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED TO SIGN (Type or print) 30c. DATE 25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO 10 U.S.C. 2304(c) ( 41 U.S.C. 253(c) ( ) 27. PAYMENT WILL BE MADE BY 31a. NAME OF CONTRACTING OFFICER (Type or print) 20c. OFFER DATE 31b. UNITED STATES OF AMERICA BY 29. AWARD (Contractor is not required to sign this document.) Your offer on this solicitation is hereby accepted as to the items listed. This award consummates the contract, which consists of (a) the Government solicitation and your offer, and (b) this contract award. No further contractual document is necessary. ) 31c. DATE STANDARD FORM 1442 (REV. 4-85) BACK Section 00010 - Solicitation Contract Form EAST GRAND FORKS FLOOD CONTROL PROJECT SILL PLATE REPAIRS AUGUST 2023 SCOPE OF WORK 1. General. The work shall consist of the repair of the sill for nine road closure structures. The proposed bid shall provide for all labor, equipment, materials, and supplies necessary for this work. To schedule a site visit, contact the Corps of Engineers Representative (Bob Johnson) at 701-555-3434. 2. Pre-Construction Conference. After the bid proposals are received and after contract award, a pre-construction conference will be held at the Corps Grand Forks office. Any reference drawings will be furnished to the Contractor at this time. 3. Construction Schedule. Work may begin as weather permits after the Contractor receives the Notice to Proceed and after the Contractor's work plan has been approved. The Contractor shall submit a work plan that details the sequence and scheduling of the proposed work. The work plan shall be submitted within 10 days of contract award. A pre-construction meeting shall be held at the Grand Forks Resident Office before commencing work. The safety and work plan, schedule, and coordination issues shall be discussed. All work shall be completed by 30 days after N.T.P. 4. Submittals. Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. Adequate time (a minimum of 30 calendar days exclusive of mailing time) shall be allowed and shown on the register for review and approval. No delay damages or time extensions will be allowed for time lost in late submittals. The following submittals are required: SD-01 Preconstruction Submittals W912ES-24-T-0004 Work Plan; G, RO Safety Plan; G, SO Repair Plan; G, DO Traffic Control Plan; G, RO SD-02 Shop Drawings Expansion Joint Details; G, DO Concrete Placement Tolerances; G, DO SD-03 Product Data Concrete Mix Design; G, DO Concrete Operation Plan; G, DO Chemical Admixtures; G, DO Hot Weather Placement; G, DO Cold Weather Placement; G, DO Preformed Expansion Joint Filler; G, DO Curing Methods; G, DO SD-09 Reports Concrete Testing Reports; FIO Page 3 of 52 5. Sill Work. The proposed bids shall include all costs associated with repair of the sill plates for the 12th Street, 4th Street, River Road, 17th Street, Demers Ave., North and South River Rd., Hill Street, 2nd Ave., and Bygland Road Closures. The contractor shall submit a repair plan for government approval prior to starting work. a. The 12th Street, 4th Street, River Road, 17th Street, North and South River Rd., 2nd Ave., and Hill Street sill repairs require filling voids between the MC channel and concrete. The simplest way of determining if voids exist is to strike the steel plate with a sounding hammer. Change in resonance can be indicative of the presence of a void, however this method doesn't account for the depth of the void. The voids shall be filled by pressure injecting a high performance, nonshrink cementitious grout. The repair plan submittal shall include proposed type of sealant and method of installation. This work shall be completed prior to December 1, 2023. b. The Bygland and Demers Road sill repair requires removing the existing MC channel sill plate and replacing the MC section with concrete. The MC section shall be removed, and the existing concrete shall be removed approximately 12 inches in depth without damaging the reinforcing steel. While, maintaining their position, care shall taken to remove the concrete surrounding the tension anchors. Unless otherwise specified, the concrete mix design, placement tolerances, curing methods, and expansion joint details shall be conducted in accordance with the attached concrete specification. The contractor shall provide a detailed submittal for approval of the concrete mix design, placement tolerances, curing methods and expansion joint details. This work shall be completed prior to June 1, 2024. c. Concrete Mix Design. Concrete shall conform to the requirements in the attached section 03300 CAST-IN-PLACE STRUCTURAL CONCRETE from the East Grand Forks, Phase 2 Levees Project specifications, except that the following properties shall govern over those in the attachment: i. The mix design shall be able to achieve compressive strengths greater than 5000 psi @ 28 days. ii. The water to cement ratio (w/cm) shall not be greater than .40. d. Concrete Placement. Concrete shall be placed in accordance with the requirements in PART 3 EXECUTION of the attached section 03300 CAST-INPLACE STRUCTURAL CONCRETE from the East Grand Forks, Phase 2 Levees Project specifications. e. Concrete Testing. Concrete shall be tested in accordance with the testing requirements in the attached section 03300 CAST-IN-PLACE STRUCTURAL CONCRETE from the East Grand Forks, Phase 2 Levees Project specifications. f. Concrete Aggregate. Concrete aggregate shall be produced from the sources listed in the attached section 00830 MATERIAL SOURCES. g. Concrete Reinforcement. Concrete reinforcement shall be provided and installed in accordance with the requirements in the attached section 03200 CONCRETE W912ES-24-T-0004 Page 4 of 52 REINFORCEMENT from the East Grand Forks, Phase 2 Levees Project specifications. h. Expansion Joints. Expansion joints shall be provided and installed in accordance with the requirements in the attached section 03150 EXPANSION JOINTS, CONTRACTION JOINTS, AND WATER STOPS from the East Grand Forks, Phase 2 Levees Project specifications. i. Formwork. Formwork shall be in accordance with the requirements in the attached section 03100 STRUCTURAL CONCRETE FORMWORK from the East Grand Forks, Phase 2 Levees Project specifications. j. Existing Concrete Removal. For the concrete removal along Bygland and Demers Ave., the contractor shall use Hydro-Blasting. Hydro-Blasting is the preferred choice for concrete removal to minimize micro cracking in the concrete. If freezing temperatures or other environmental or site conditions create a situation where Hydro-Blasting will lead to unsafe or otherwise undesirable conditions, the contractor may propose a different method of removal such as saw cutting, wire saw cutting, or hammering (15 lbs max), provided the contractor can show that the proposed method of removal will not result in micro cracking or other damage to the existing structure. The concrete removal plan shall be submitted for review. k. Contractor shall conduct a stoplog fit test on each structure to a height of 3 feet to ensure the bottom stoplog provides a water tight barrier. The fit test will be done in the presence of the East Grand Forks Street Superintendant. The Contractor shall coordinate the fit test with the Corps of Engineers Representative (shown above) and the Government will be responsible for coordinating with the City of East Grand Forks. W912ES-24-T-0004 6. Traffic Control Plan. Contractor shall provide traffic control in accordance with Minnesota Department of Transportation Manual on Uniform Traffic Control Devices. Demers Avenue and Bygland Road serve as main routes with increased traffic in and out of the city. Therefore, the contractor shall close one lane at a time while conducting work at these two sites to allow traffic to pass in the open lane. The Contractor shall submit a Traffic Control Plan for approval. 7. Detail Drawings. See attached detail drawings of the existing sill plate design. 8. Shop Drawings. Shop drawings and repair plan shall be submitted for government approval before any material is ordered or delivered to the site. 9. Materials and Workmanship. Materials and workmanship shall be in accordance with the current project specifications. The materials to be used for this project shall be a high performance cementitious grout for filling voids under the steel sill plate and concrete for replacing the steel sill sections. For more details see section 4 of this document. 10. Safety. All work shall be in conformance with the Corps of Engineers Safety and Health Requirements Manual EM 385-1-1 (30 November 2014 edition). Page 5 of 52