Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 15, 2020 SAM #6865
SOLICITATION NOTICE

Z -- Roof Replacement Albany, CA

Notice Date
9/13/2020 10:27:04 AM
 
Notice Type
Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
USDA ARS PWA AAO ACQ/PER PROP ALBANY CA 94710 USA
 
ZIP Code
94710
 
Solicitation Number
121905B20R0017
 
Response Due
9/18/2020 5:00:00 PM
 
Archive Date
10/03/2020
 
Point of Contact
Robert Risch, Phone: 5417384006, Jeffery A. Ridenour, Phone: 3093635914
 
E-Mail Address
rob.risch@usda.gov, jeffery.ridenour@usda.gov
(rob.risch@usda.gov, jeffery.ridenour@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This amendment adds the SF1442 to the attacments. This is a solicitation announcement for the U. S. Department of Agriculture, Agricultural Research Service Pacific West Area at, 800 Buchanan Street� Albany. CA 94710. This announcement is a total set-aside for Small Business Concerns. The USDA is seeking a Firm Fixed Price proposal from a qualified Contractor to furnish all tools, equipment, material, permits, labor, and supervision necessary to accomplish, the work as provided in the Contract documents, Plans, and Specifications, summary of which is provided below: Base Bid 001 includes the replacement of roofing system at the WRRC Main Building North Wing Lower Roof (approximately 16,200 sq. ft). The roof is currently believed to be a built-up roof with a Tremco ICE coating. Base Bid 002 includes WRRC West Annex Building (WAB) Breezeway Deck pedestrian traffic coating replacement (approximately 3,300 sq. ft). Corridor Roof replacement (approximately 810 sq. ft). Roof is currently believed to be a built-up roof with an aluminum coating. Elevator Roof recovery (approximately 560 sq. ft). Roof is currently believed to be a built-up roof. Director�s Roof recovery (approximately 3,900 sq. ft). Roof is currently believed to be a built-up roof with a Tremco ICE coating. Library Roof cleaning (approximately 2,600 sq. ft). Roof is currently a metal roof. Optional Bid 003 includes the replacement of roofing systems at the WRRC Main Building North Wing Upper Roof (approximately 4,200 sq. ft). The roof is currently believed to be a built-up roof with a Tremco ICE coating. Optional Bid 004 includes the cleaning, surfacing, preparation and coating of structural steel roof space-frames on the WRRC Main Building North Wing Lower Roof (approximately 6,000 sq. ft). The Contractor shall provide total lump sum pricing for each item as follows: Base Item 001: WRRC Main Building North Wing Lower Roof Base Item 002: WRRC West Annex Building Optional Item 003: WRRC North Wing Upper Roof Optional Item 004: WRRC North Wing Structural Steel Roof Space-Frames Base Item 001 Complete removal and proper disposal of all existing roofing, insulation and related flashings to the structural roof deck substrate. Remedy any mold found. Clean substrate of all debris and report finding of any damages or rust to EPM (Victor Cai) for further inspection before covering. Do not install new roofing materials on deficient and/or compromised substrates. Patch and repair holes in the concrete and metal substrate to match adjacent finished surfaces. Allow substrate to dry prior to roof installation (see moisture report). Remove all dead or unused equipment supports, isolators, steel channels, steel bars, steel plates, and associated anchor hardware. Remove all wood sleepers like those identified in Photo 12. Replace with dura-blok or similar rubber rooftop supports. Extend all legs like those identified in Photo 5 to adequate building structure or structural substrate. Cover with roof membrane. Remove and replace all conduit supports with new weather protected supports. Remove all existing walk pads (about 720 linear ft). Install new heavy-duty flexible walk pads (about 1000 linear ft) from access doors to and around each HVAC unit. Replace insulation in kind. Taper slope of insulation to a minimum of 0.25 inch per foot of horizontal projection. (see Appendix C for drain location, Appendix D for equipment layout and Moisture Survey) Furnish and install, according to manufacturer�s manual and recommended drawings details, new fully adhered Thermoplastic Single Ply Roof Membrane System with the following minimum specs: Exceeds the performance requirements of ASTM D4434, Type III or Type IV. Thickness: 60 mils Exposed Face Color: White. Breaking Strength: 300 lbf /in machine direction, 300 lbf/in cross machine direction, ASTM D751, grab method. Elongation at Break: 25 percent machine direction, 25 percent cross-machine direction; ASTM D751, grab method. Tearing Strength: 100 lbf; ASTM D 751, Procedure B. Linear Dimension Change: Plus or minus 0.4 percent; ASTM D1204. Water Absorption: Equal or less than 2 percent; ASTM D570. Asbestos-free. Seal around perimeter of all elevated equipment areas. Seal all areas indicated on roof membrane manufacturer�s manual. Furnish and install new boots, flashings and stainless-steel band clamps on pipes, penetrations and/or projections as applicable. Furnish and install new base flashing and new coated aluminum edge termination bar. Patch and paint building stucco as needed, and in areas marred or damaged by the Work of this Project. Counterflashing to be reused if viable for length of full roof system warranty period. If it not reusable, remove and replace with 0.032-inch-thick factory coated aluminum counterflashing. Re-work all drains. Replace drain rings. Provide any missing drain strainers. Provide wind and wind uplift calculations for all loads & load combinations, in accordance with ASCE 7. Install temporary roofing and flashing as necessary to maintain a watertight condition throughout the course of the work. � Base Item 002 Breezeway Deck Replacement Complete removal and proper disposal of existing pedestrian traffic coating, embedded reinforced fabrics (if any), and related flashings to the structural roof deck substrate. Prepare, treat, rout, and fill joints and cracks in substrate according to traffic coating manufacturer's written recommendations. Provide a heavy-duty pedestrian traffic coating system conforming to the following: California-compliant low-VOC system Low odor Class A Fire Rating Primer: Manufacturer's standard primer recommended for substrate and conditions indicated. Preparatory and Base Coats: two-component fast curing elastomeric polyurethane Intermediate Coat: single-component aliphatic elastomeric polyurethane Top Coat: textured two-component fast curing aliphatic, elastomeric polyurethane Color: White or Gray Component Coat Thicknesses: As recommended by manufacturer for substrate and service conditions, and for long-lasting watertight performance. Clean, prep and prime all surfaces receive elastomeric waterproofing materials as recommended by the product manufacturer. Where horizontal surfaces intersect vertical surfaces, provide a sealant type fillet as recommended by the manufacturer. Clean and rework all roof drains. Provide any missing drain strainers. Coat up 4 inches around HVAC equipment shown in Photo 41. Coat up 4 inches around shed shown in Photo 57. Coat up 4 inches around the entire base of electrical panel shown in Photo 65. Lift equipment and coat underneath HVAC equipment shown in Photo 66. Lift shed and coat underneath the shed shown in Photo 68. WRRC personnel will remove contents in shed. Provide and install a cover over expansion joints shown in Photo 46 and Photo 51. Re-attach existing downspout to wall in Photo 46. Remove and replace all door thresholds and anchor hardware.� Use new stainless-steel anchor hardware (qty: 9). Remove and replace in kind door, door frame, threshold, weather seals, and associated hardware identified in Photo 55. Prime and paint to match with others.� Key to Campus Master Lock. Corridor Roof Replacement Complete removal and proper disposal of all existing roofing, insulation and related flashings to the substrate. Remedy any mold found. Clean deck of all debris and report finding of any damaged or rusted decking to EPM (Victor Cai) for further inspection before covering. Do not install new roofing materials on deficient and/or compromised substrates. Patch and repair holes in the deck to match adjacent finished surfaces. Allow deck to dry prior to roof installation. Replace insulation in kind. Taper slope of insulation to a minimum of 0.25 inch per foot of horizontal projection. Furnish and install, according to manufacturer�s manual and recommended drawings details, new fully adhered Thermoplastic Single Ply Roof Membrane System with specifications indicated in 3.1.12 Furnish and install new base flashing. Furnish and install new boots, flashings and stainless-steel band clamps on pipes, penetrations and/or projections as applicable. Clean and coat existing gutters and downspouts. Polyester reinforcing mat over all lap joints. Route existing downspout to discharge at drain. Provide new gutters, downspout and related accessories along the section identified in Photo 84.� Roof gutters to be 0.032-inch-thick minimum, aluminum with enamel finish.� Downspouts to be 0.024-inch-thick minimum, aluminum with enamel finish. Remove all c-channels on roof and replace with dura-blok or similar rubber rooftop supports. Seal around perimeter of all elevated equipment areas. Seal all areas indicated on roof membrane manufacturer�s manual. Reseal conduit penetration on adjacent wall on Photo 81. Apply a waterproofing coating to the walls indicated on Photo 82 and Photo 83.� Coating type and color shall be submitted to EPM for acceptance prior to prep and product application. Install temporary roofing and flashing as necessary to maintain a watertight condition throughout the course of the work. Provide wind and wind uplift calculations for all loads & load combinations, in accordance with ASCE 7. Elevator Roof Restoration Repair flashings which affect the watertight integrity of the existing roofing system. Repair all roof membrane defects which affect the watertight integrity of the existing roofing system. Remove all non-adhered aggregate or gravel roof ballast and non-adhered materials. Re-work all roof penetrations, projections, and drains. Check all caulking on terminations and flashings and replace defective caulking with new. Conduct an adhesion test and provide results to EPM prior to coating the entire roof. Provide and install a cold process built-up roof restoration system with the following specifications: Minimum DFT: 60 mils Topcoat: Cool roof white coating. Polyester reinforcing mat over entire field of roof. Counterflashing to be reused if viable for length of full roof system warranty period. If not, remove and replace with a minimum 0.032-inch-thick aluminum counterflashing. Coat up to counterflashing and coping. Coat over existing expansion joint.� Cut and patch all holes in exterior insulation and finish system (EIFS). Replace HVAC wood sleepers with dura-blok or similar rubber rooftop supports. Director�s Roof Restoration Power wash roof. Conduct an adhesion test and provide results to EPM prior to coating the entire roof. Furnish and install, according to manufacturer�s manual and recommended drawings details, a roof restoration system compatible with current Tremco ICE Coating. Clean and rework all roof drains.� Provide any missing drain strainers. Replace HVAC wood sleepers with dura-blok or similar rubber rooftop supports. Library Roof Power wash roof. Clean and coat gutters. Polyester reinforcing mat over all lap joints. Optional Base Item 003 Complete removal and proper disposal of all existing roofing, insulation and related flashings to the roof deck substrate. Remedy any mold found. Clean deck of all debris and report finding of any damaged or rusted decking to EPM (Victor Cai) for further inspection before covering. Do not install new roofing materials on deficient and/or compromised substrates. Patch and repair holes in the concrete and metal deck to match adjacent finished surfaces. Allow deck to dry prior to roof installation. Replace insulation in kind. Taper slope of insulation to a minimum of 0.25 inch per foot of horizontal projection. Furnish and install, according to manufacturer�s manual and recommended drawings details, new fully adhered Thermoplastic Single Ply Roof Membrane System with the same specifications indicated in 3.1.12 Install new crickets to divert water from wall mounted electrical disconnects and other wall mounted electrical equipment below (multiple locations). Taper slope of insulation top surface at crickets: 0.50 inch per foot of horizontal projection. Install new gutters, downspouts and related accessories. Roof gutters to be 0.032-inch-thick minimum, aluminum with enamel finish.� Downspouts to be 0.024-inch-thick minimum, aluminum with enamel finish. Replace drip edge. Drip edge to be 0.032-inch-thick minimum, aluminum. Replace coping where roof and edge of building meet. Furnish and install new boots, flashings and stainless-steel band clamps on pipes, penetrations and/or projections as applicable. Install temporary roofing and flashing as necessary to maintain a watertight condition throughout the course of the work. Provide wind and wind uplift calculations for all loads & load combinations, in accordance with ASCE 7. Optional Item 004 Clean all structural steel space-frame surfaces Clean and prep all steel surfaces to SSPC SP-2 (Hand Tool Cleaning) or SSPC SP-3 (Power Tool Cleaning) Corroded areas should be cleaned to SSPC SP-6. Abrasive blast media shall not contain free crystalline silica. Mask, or otherwise protect items not to be coated that are in contact with surfaces to be coated. Prep and paint space frame prior to installation of new roofing materials under and around space frame(s). Coat all structural steel frame surfaces with a compatible primer, intermediate and topcoat, all the same manufacturer. Color to match existing. Alkyd MPI INT 5.1E-G5 (Semi-Gloss) Primer: MPI 79 Intermediate: MPI 51 Topcoat: MPI 51 System DFT: 5.25 mils Submit manufacturer's technical data sheets for specified coatings and solvents.� Minimum 20 percent post-consumer recycled content for light-colored paints and primers. Comply with applicable regulations regarding toxic and hazardous materials. Do not use coatings containing zinc-chromate or strontium-chromate. Do not use coatings having a lead content over 0.06 percent by weight of nonvolatile content. Completion Time: 180 calendar days after receipt of the Notice to Proceed. Prior to commencing work, the contractor receiving award shall provide proof that an OSHA certified ""competent person"" (CP) (29 CFR 1926.20 (b)(2)) with 30-hour OSHA certification will maintain a presence at the work site whenever the general or subcontractors are present. All employees of general contractor or subcontractors on site shall have the 10-hour OSHA certified Construction Safety course. In accordance with FAR 36.204, disclosure of the magnitude of this construction project is between $750,000 and $1,.250,000.00 inclusive of the options. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the USDA will provide no hard copies. The solicitation, consisting of various solicitation documents, specifications, forms, and drawings will only be available for download at no charge at the Contract Opportunities (FBO)website (https://beta.sam.gov/). All interested offeror's (prime contractors & subcontractors) should register at https://beta.sam.gov/ so that others will know of your interest in participating in this procurement. A Bidder's List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Offeror's responsibility to register at the Contract Opportunities (FBO) website. Offeror's are advised that they are responsible for obtaining ALL solicitation documents and acknowledging any amendments and should re-visit the Contract Opportunities (FBO) website periodically to check for any modifications to this notice, updates, or amendments without further notice from the USDA. Prospective contractors shall complete electronic annual representations and certifications at http://www.sam.gov/SAM/, shall be registered in the System for Award Management database at http://www.sam.gov, shall be verified in the Vetbiz Registry Information Pages prior to submitting an offer, and shall have completed the VETS-4212 report at: https://www.dol.gov/vets/vets4212.htm (if applicable). While not required a site visit� at USDA�ARS PWA WRRC 800 Buchanan Street Albany CA. 97410 is scheduled for� 08/24/2020 at 2:00 pm. Social distancing and facial masks will be required.� If you wish to attend the site visit please send an email to victor.cai@usda.gov with the title �12905B20R0017 Site Visit� before Monday 08/24/20 at 10:00 AM local time. Please include your name and company information. Each visitor must answer the following questions: 1) Have you, someone living in your household, someone with you have been in close or frequent contact with, or someone you are caring for been diagnosed with COVID-19 (Coronavirus) or had any contact with a confirmed case of COVID-19? 2) In the last 14 days, have you or someone living in your household, or someone with you have been in close or frequent contact with, or someone you are caring for returned from, or made a travel connection through a CDC Level 3 or Level 2 country or State Department Level 3 or Level 4 country, for example, China, Korea, Japan, the European Union, Iran? 3) Do you currently have, or have you had within the last 24 hours, any cold or flu symptoms, including a fever greater than 100.4, shortness of breath, body aches and coughing)? If you answered �Yes� to any of these questions, you will be denied entry to the USDA facility. If you answered �No� to all questions, you will be allowed to enter the facility. Face Masks must be worn and current CDC Guidelines for social distancing are to be followed. Address ALL questions in WRITING to the issuing office via email to rob.risch@usda.gov.� No telephone inquiries will be accepted. Place of Consctruction/Delivery USDA ARS PWA WRRC 800� Buchanan Street Albany, CA 94710 Additional information recently discovered Four additional attachments have been added: Appendix� P.Preliminary Hazmat� Report Appendix Q. Cricket Locations WRRC ROOF SOW QA WRRC Roof SOW rev.1 Both asbestos and lead paint have been discovered. There is approximately 1600sg ft of roofing mastic that contains asbestos (see attached Apendix P. Preliminary Hazmat Report) and approxinmately 6810 sgft of lead based pint on top of teh corridor roof and steel frames with an additional� 1600 LF of lead based paint on the counterflashings. All of which will have to be remediated.� Please review new attachment� WRRC Roof� SOW rev. 1 for additinal�corrections to the original scope of work. Add two additional line items to the proposal: clin (5): Per square foot cost for asbestos remediation. clin (6): Per squre foot cost of lead based paint remediation
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b05e6eec4d864d50a27b15ec3eb8d2e7/view)
 
Place of Performance
Address: Albany, CA 94710, USA
Zip Code: 94710
Country: USA
 
Record
SN05795632-F 20200915/200913230136 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.