Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2018 FBO #6023
AWARD

Z -- REPAIR WATER MAIN AND SINKHOLE ON MASSEY AVENUE ONBOARD NAVAL STATION MAYPORT

Notice Date
5/19/2018
 
Notice Type
Award Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N69450 NAVFAC Southeast, Mayport Bldg 1966, P. O. Box 280073 Mayport, FL
 
ZIP Code
00000
 
Solicitation Number
N6945017D7215X012
 
Archive Date
5/30/2018
 
Point of Contact
WILLIAM MCGRATTAN
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Award Number
N69450-17-D-7215 N6945018F2684
 
Award Date
5/15/2018
 
Awardee
BCN CONTRACTORS (DUNS 024646750)<br />
 
Award Amount
$211,237.45
 
Line Number
0001
 
Description
The contractor shall remove all existing sinkhole washout and debris from the nearby storm water culvert and the existing sinkhole area to successfully accomplish this repair work. 3. The Contractor shall remove existing broken 12  water main, and provide a Type B crossing beneath the existing storm water pipe per the detail provided on page 3 of this Statement of Work. A minimum of 12  of vertical clearance shall be provided between the bottom of the existing storm water pipe and the crown of the water main. The new potable water pipe that is installed for this utility transition is to match the existing ductile iron pipe material and restrained mechanical joints shall be utilized in accordance with pages 3 and 4 of this statement of work. 4. The Contractor shall investigate the depth of the existing 24  water main running parallel to the 12  water main to confirm that a minimum of 12  is provided between the bottom of the storm water pipe and the crown of the water main. The contractor shall dig no more than 24  below the existing storm water pipe to confirm the minimum 12  clearance exists. The Contractor shall restore the bedding material layer beneath the existing storm pipe. The bedding material shall consist of clean sand (SP or SM). The thickness of the bedding material layer shall be 12  minimum. 6. The Contractor shall wrap the storm pipe joints with geotextile fabric type D 3 and install in accordance with the FDOT design standards, index no. 280, sheet no. 1 attached to this SOW. 7. The Contractor shall neatly sawcut and remove the existing asphalt pavement at least 5 feet from edge of failed pavement. The limits for removal of existing base course and underlying material shall be established by offsetting the limits of existing asphalt removal inward (toward the sinkhole) by 1 foot. This will leave 1 foot of existing base course around the perimeter of the repair area on which the new asphalt layer can overlap. 8. The Contractor shall provide clean suitable backfill material. The backfill material shall be compacted to 95% maximum density (ASTM D1557). 9. The Contractor shall construct 12  of stabilized subgrade (LBR 40), 10  base (Group 9), 1.5  asphalt structural course (SP 12.5), and 1.5  asphalt friction course (SP 12.5). The surface grades shall match the existing adjacent surface grades with no abrupt changes in grade elevation at the interface. The typical section for this area is shown within the red box on T 101, and the design cross section is shown on XS 102 with a red box identifying the station nearest the work area. 10. The Contractor shall construct concrete curb and gutter (Type F) to match the existing adjacent curb and gutter. The slope of the gutter shall match the existing adjacent curb and gutter to ensure positive drainage. 11. The Contractor shall construct 4  thick concrete sidewalk to match the existing adjacent concrete sidewalk. 12. The Contractor shall paint pavement markings on the new asphalt surface in the work area as shown on SM 102. 13. The contractor is responsible for providing all detour signage, barricades, and traffic cones for rerouting of traffic for the duration of this sinkhole repair job. 14. The contractor shall flush and chlorinate the newly replaced sections of potable water line and take two consecutive bacteriological samples upstream and downstream along those potable water line sections showing that no total coliforms or E. Coli bacteria is present in accordance with Florida DEP drinking water compliance standards. The contractor shall also ensure any required boiled water notices and rescissions are distributed to the affected tenants. The bacteriological results are to be sent to the water system utilities commodity manager. 15. The Contractor shall install Bahia sod on all non paved disturbed areas. The sod shall be adequately watered to promote establishment of the turf. 16. The Contractor shall comply with the applicable specification requirements from the Massey Avenue Corridor Improvements project (Contract No. N69450 10 D 0001). The specifications from the referenced project shall provide detailed instruction concerning products, testing, execution, etc. when needed to complete the work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N69272B/Awards/N69450-17-D-7215 N6945018F2684.html)
 
Record
SN04928402-W 20180521/180519230028-6d4385deae905d6903f98357c014244a (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.