Similar Projects
Wayne NF MATOC IDIQ ~ Roads and General Construction
Term Contract
Design

The Mill on Flax
New Construction, Infrastructure - 8,000 SF
Design
$35,000,000 est. value
Delaware, OH 43015

2022 Street Resurfacing Project
Infrastructure
Bidding
$400,000 est. value
Shawnee Hills, OH

US36 and SR 37 Pavement Repairs
Infrastructure
Bidding
$342,000 CJ est. value
Delaware, OH 43015

Furnish, Haul, Spread Various Gradations of Limestone on the Township Roads
Post-Bid

Paving and/or Chip Sealing Various Roads
Post-Bid
Radnor, OH 43066

Two Lane Resurfacing - SR/Del/Mar-SR 4-Var Parts 1 and 2 (Part 1 and Part 2)
Results
Richwood, OH 43344

Intersection - DEL-SR 61-04.71 (at Wilson Rd)
Results
OH 43074

SR 134 - Bridge Preservation
Renovation, Infrastructure
Design
$530,000 est. value

Crack and Joint Sealant (MBE Only)
Term Contract
Post-Bid

West Cherry Street Us 36 Sr 37 Right Turn Lane At Miller Drive
Results
$512,000 est. value
Sunbury, OH 43074

SR 71 New Interchange (Ph A)
Infrastructure
Design
$10,000,000 est. value
Galena, OH

Project: CSC-20001 Safety Improvements, Fy21
Renovation
Post-Bid
$25,000 to $100,000 est. value
Columbus, OH

2021 Olentangy Lsd Districtwide Paving
Results
Less than $745,000 est. value
Lewis Center, OH

The Ohio State Wexner Medical Center Inpatient Hospital
New Construction, Demolition
Post-Bid
$1,790,000,000 est. value
Columbus, OH 43201

Last Updated 07/21/2022 01:04 AM
Project Title

DEO Maintenance Building Construction

Physical Address View project details and contacts
City, State (County) Delaware, OH 43015   (Delaware County)
Category(s) Government/Public, Heavy and Highway
Sub-Category(s) Military Facility, Parking Garage, Paving/Reconstruction, Site Development
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected August 2022
Bids Due View project details and contacts
Estimated Value $250,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The contractor shall furnish all personnel, equipment, supplies, permits, and materials necessary.for excavating of work site and construction of a 42'x 64' garage/shop with concrete foundation, ADDITIONAL INFORMATION *SITE VISITS ARE HIGHLY RECOMMENDED PRIOR TO PROVIDING A QUOTE. SEE CLAUSE 52.236-27 FOR ADDITIONAL INFORMATION. *PLEASE DIRECT ALL QUESTIONS TO BRITTANI STOWERS AT (304) 399-5762 or brittani.l.stowers@usace.army.mil. ANY INFORMATION RECEIVED AT THE SITE VISIT WHICH CONFLICTS WITH THIS SOLICITATION SHOULD BE BROUGHT TO THE ATTENTION OF MS. STOWERS THE SOLICITATION AND RESULTING CONTRACT SHALL BE THE GOVERNING DOCUMENT IN ALL CASES. **QUOTES CAN ONLY BE E-MAILED TO BRITTANI STOWERS AT brittani.l.stowers@usace.army.mil by the date referenced on page one of the SF18. Per FAR 36.204 the estimated price range for this project is between $100,000 and $250,000. NOTE: Award will be made to the lowest price offeror who meets the technical requirements of the solicitation and is deemed responsible by the contracting officer. The intent is to award without discussions. NOTE: this procurement is 100% Total Set-Aside for Small Business. For more information see FAR Clause 52.219-6. Contractor Accident Prevention Plan (APP). The Contractor shall prepare a site-specific Accident Prevention Plan following the outline provided in EM 385-1-1, Appendix A as a minimum. The contractor shall address each element and sub-element in the outline in the order they appear in Appendix A. Any item from the outline that does not apply must be listed, in its assigned place and a brief explanation of the reason it is not required/provided. The APP shall address any unusual or unique aspects of the project or activity. This plan must be accepted by the Contracting Officer prior to commencement of any work. Contractors are encouraged to contact the USACE Safety & Occupational Health Office for questions or information regarding the development of contract Accident Prevention Plans. Office hours are Monday-Friday 8:30 a.m. - 4 p.m. at (304)399- 5039/5032/5326. (1) The contractor shall have on site an employee designated as a Site Safety and Health Officer (SSHO) who has completed the OSHA 30-hour Construction Safety training or its equivalent as specified in EM 385-1-1, 01.A.17 (only authorized online outreach training providers qualify - https://www.osha.gov/dte/edcenters/map.html) and has at least five years experience relative to the work to be performed. No work will be permitted unless the SSHO is present at the work site. (2) For task orders limited to routine mowing, cleaning and janitorial work SSHO responsibilities may be a collateral duty. Contractor may also elect to use an SSHO with either OSHA 30-hour Construction or General Industry qualifications. (3) Work crews of two or more must have two people holding current certification in First Aid and CPR from the American Red Cross, American Heart Association or a licensed physician. Training must include a hands-on component that cannot be taken online and the contractor must maintain appropriate First Aid kit on site. Single individuals working alone must have current certification in First Aid as a minimum. (4) All work that potentially exposes the worker to falls of six feet or more will require the contractor to submit a Site Specific Fall Protection & Prevention Plan in accordance with EM 385-1-1, Section 21.D. (5) Cranes and hoisting equipment shall be operated only by qualified personnel (operators licensing, physical and drug testing in accordance with EM 385-1-1 Section 16.B). Note: CDL Medical Clearance is not acceptable. Please see attached medical clearance requirements. (6) Effective November 8, 2010 all "Signalpersons" and "Riggers" shall be qualified. This is a mandatory requirement in accordance with 29 CFR 1926.1400 Regulations. Riggers must be a qualified person for the performance of specified hoisting activities such as during assembly/disassembly, in accordance with OSHA 1926.1404(r)(1) and 1926.1425(c)(3). (7) Work orders involving potential exposure to Hazardous, Toxic or Radiological Waste shall require development of Site Specific Safety and Health Plan (SSHP) by qualified personnel as specified in EM 385-1-1 Sections 6 and 33. C. Risk Management Process. The Contractor shall utilize risk management tools such as Activity Hazard Analysis (AHA), Job Hazard Analyses (JHAs), Job Safety Analyses (JSAs) or similar tools to identify, assess, prioritize risks and develop controls to minimize, monitor and control the probability and/or impact of unfortunate events to an acceptable level. Within each major phase, all activities, tasks or Definable Features of Work (DFOWs) shall be identified that will require an AHA/JSA/JHA. For each work activity, task or DFOW contractor shall prepare the initial AHA/JSA/JHA. A Risk Assessment Code (RAC) is assigned to each step, to the W9123722Q0114 Page 10 of 60 risk that remains after controls have been applied (residual risk) a final RAC (cannot be lower than the highest step RAC) shall be assigned. See EM 385-1-1 Section 01.A.14.b. for further guidance or contact the SOHO for assistance. The AHA/JSA/JHA shall be reviewed and accepted by the proper authority in order to proceed with the activity. All on-site employees shall review the accepted AHA/JSA/JHA prior to performing work and during weekly and "Tool Box" safety meetings as appropriate. 1. AHA/JSA/JHA shall define the activities being performed and identify the work sequences, the specific anticipated hazards, site conditions, equipment, materials, and the control measures to be implemented to eliminate or reduce each hazard to an acceptable level of risk. AHA/JSA/JHA should indicate compliance with EM 385-1-1 personal protective equipment requirements (safety-toed work boots, safety glasses, gloves, hard hats, etc.), work crews of two or more must have two people currently qualified in first aid and CPR and the appropriate first aid kit on site. Single individuals working alone must have current certification in First Aid only. 2. The names of the Competent Person(s) and Qualified Person(s) required for a particular activity (e.g., excavation, scaffolding, fall protection, or other activities as specified by OSHA and this manual) shall be identified and included in the AHA/JSA/JHA, as well as proof of their competency/qualification. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming and Accessories, Concrete Reinforcing, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Door Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 11 - Equipment, Vehicle and Pedestrian Equipment, Parking Control Equipment.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Video Surveillance, Electronic Detection and Alarm, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Clearing and Grubbing, Grading, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents