AWARD
Z -- Demolition and Abatement of Bldgs at Laguna Health Center
- Notice Date
- 9/12/2012
- Notice Type
- Award Notice
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas, 75202
- ZIP Code
- 75202
- Solicitation Number
- 12-161-SOL-00030
- Archive Date
- 9/27/2012
- Point of Contact
- Dan D. Finley, Phone: 2147675255
- E-Mail Address
-
dan.finley@ihs.gov
(dan.finley@ihs.gov)
- Small Business Set-Aside
- N/A
- Award Number
- HHSI161201200007C
- Award Date
- 9/12/2012
- Awardee
- Iina Ba, Inc., 4801 N. Butler, Suite 1101, Farmington, New Mexico 87401, United States
- Award Amount
- $267,283.06
- Line Number
- 1 and 2
- Description
- C - 1. PURPOSE To demolish and dispose of buildings no. 02000, 02001 & 03601 located on the Laguna Pueblo tribal land located on State Highway 124. The buildings are being demolished as part of a repair by replacement project to construct a new 3,300 square foot dental clinic. C - 2. SERVICES TO BE PROVIDED (a) The Contractor shall provide complete services for the abatement of hazardous materials and the demolition of the three buildings and appurtenances. The three buildings consist of a metal building, no. 03601, of approximately 800 square feet, a metal modular building, no. 02001, of approximately 896 square feet and a wood frame building, no. 02000, of approximately 5,180 square feet. The work shall be performed in two phases: Phase I shall include the abatement and demolition of buildings 03601 and 02000 and the work as detailed in item 2.(d), Phase II shall include the abatement and demolition of building 02001, scheduled to start approximately six calendar months after the completion of Phase I.. (b) The work shall include but not be limited to the demolition and removal offsite of; the three buildings, concrete sidewalk(s), concrete drive pad(s), concrete incinerator pad including abandoned gas line (incinerator removed previously), CMU/concrete foundations and footings, concrete support pads, canopies, HVAC units, gas meters, electric service(s), antenna tower(s), all equipment & materials remaining in the buildings after complete move out by others, and removal of wood canopy between buildings 02000 and 02001. The seven (7) trees shown on the as-built site plan, (available in electronic format upon request) shall be protected from any damage during work performance. (c) The work shall include the abatement of all Hazardous Materials, as identified in the Federal Occupational Health surveys dated February 2005 and September 2007, see attached documentation. The abatement work shall be in full conformance with all existing tribal, state and federal rules and regulations. (d) Upon completion of Phase I the contractor shall provide all equipment, tools, manpower, materials, import of fill/backfill (engineered) and engineering services for: (1) The soils investigation which includes borings (as shown on attached site plan), testing and report by a recognized & certified geotechnical company in full accord with International Building Code section 1803. (2) Over excavation five (5) feet outside boundaries of proposed new building (total area approximately 5,130 square feet) as shown overlaid on top of the existing building 02000 (see site drawing) to a depth of no more than four (4) feet below the bottom of the existing foundation or as required by the soils investigation. If the depth increases or decreases as a result of the soils report a modification shall be made to the contract. (3) Backfill over excavation with clean engineered backfill that consists of 25% imported granular soil mixed with 75% on site soil to an elevation of 5950.00 (existing benchmark located atop parking lot curb southeast corner - 5952.61'). If the amount of import soil increases or decreases as a result of the soils report a modification shall be made to the contract. (4) The backfill shall be compacted in full compliance with the requirements of the geotechnical report and shall be evidenced by compaction tests for each lift required to bring the excavated area back to the required elevation. The contractor shall provide the compaction test reports on a daily basis to the COR via email. (e) The Contractor shall apply, obtain and comply with any storm run-off and/or dust control permits that may be required by the Laguna Pueblo and/or State and Federal regulations. Said permits shall be posted in full conformance with permit issuer. (f) The Contractor shall coordinate the removal of the gas meter(s) and abandonment in place of supply line(s) in accord with New Mexico Gas Company and with attached IHS site plan. See attached IHS site plan for treatment of underground water and sewer line(s). (g) The Contractor shall maintain a log, complete with photos, quantities and manifest documents, of all materials and equipment from the demolition work that denotes the items that were recycled and the items that were disposed of in an approved landfill. The materials & equipment listed in the logbook shall be categorized by type (i.e. steel, gypsum board, carpet, wood, etc.). (h) After the demolition work is completed for each Phase and all debris and trash has been removed from the demolition site, the Contractor shall • backfill and compact depressions and holes from removed foundations and concrete slabs on grade with clean fill from the site and grade to the existing elevations around the site as shown on attached copy of the as built site plan.; • repair damages to sidewalks and/or asphalt pavement not included in this SOW and any curb & gutter as well as, fencing, buildings, etc.; • at the completion of Phase II only - power sweep the parking lot and restripe 36 parking stalls including four (4) each Handicap symbols. Note: Landscaping and/or seeding are not included in this scope of work. (i) The Contractor shall provide barricading, that includes but not limited to perimeter fencing and traffic barricades, that protects the facility and all persons at or visiting the Health Center facilities from any possible harm and / or damages that might result from the Contractor's work. (j) The Contractor shall fully document its work with ample photos of before, during and after. The photos are to be digital in JPG format. (k) The work shall be complete and shall be in full accord all Federal, State and Local governing codes. (l) SUBMITTALS Upon completion of each Phase of the work, the Contractor shall provide the following items, in one hard copy and one electronic copy: 1. Log of items disposed of or recycled. 2. Progress Photos with complete description(s) 3. Manifests for disposal of hazardous materials in accord with governing laws. 4. A one sheet site drawing that provides full information of all abandoned in place utility lines.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/Awards/HHSI161201200007C.html)
- Record
- SN02879030-W 20120914/120913000223-a63b6519ce72c93d20e900043949083c (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 |