solicitation offer and award construction alteration or repair w912es
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