Similar Projects
WVU Hospital Master Campus Plan - Phase 3
Addition, Demolition, Renovation, Infrastructure
Conception
$155,000,000 CJ est. value
Morgantown, WV 26505

Bethlehem Roadwork
Infrastructure
Design
$300,000 CJ est. value
Wheeling, WV 26003

Bethlehem Roadwork
Infrastructure
Design
$300,000 CJ est. value
Wheeling, WV 26003

Instructional Design Center (IDC)/Distance Learning Center (DLC) Facility
New Construction, Infrastructure - 32,000 SF
Bidding
$25,000,000 CJ est. value
Harpers Ferry, WV 25425

Instructional Design Center (IDC)/Distance Learning Center (DLC) Facility
New Construction, Infrastructure - 32,000 SF
Bidding
$25,000,000 CJ est. value
Harpers Ferry, WV 25425

First Ave Nitro Traffic Signals +4
Infrastructure
Sub-Bidding
$750,000 CJ est. value
East Bank, WV 25067

Osage Casino and Hotel - Bartlesville - Roadway Package
Infrastructure
Sub-Bidding
$300,000 CJ est. value
Hurricane, WV 25526

New 8" Main including Road Boring
Infrastructure
Post-Bid
Harpers Ferry, WV

Meadow River Trail FEMA Remediation Project
New Construction, Infrastructure
Post-Bid
Lewisburg, WV

AMMA - CO 29 OP
Results
WV

Water System Improvements
New Construction
Results
$9,255,000 est. value
Fairmont, WV 26554

New Ranson and Shepherdstown Elementary Schools
New Construction, Infrastructure - 136,000 SF
Pending Verification
$20,000,000 CJ est. value
Ranson, WV 25438

Path Improvements
Infrastructure
Design
$496,000 est. value
Barboursville, WV

Palestine Hatchery New Facilities
New Construction, Infrastructure
Bidding
$100,000 CJ est. value
Elizabeth, WV 26143

Summersville Battle Run Waterline
Infrastructure
Post-Bid
$100,000 to $250,000 est. value
Summersville, WV 26651

Last Updated 09/19/2022 06:31 AM
Project Title

Asphalt Paving, Sealing, Milling Work at Sutton Lake at Bee Run Fee Station and Gerald R. Freeman Campground

Physical Address View project details and contacts
City, State (County) Sutton, WV 26601   (Braxton County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Maintenance, Paving/Reconstruction, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $100,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

GENERAL The Contractor shall provide materials, labor, equipment, and supervision required to perform asphalt paving and milling work at Sutton Lake. Asphalt paving around approach lane of the new Bee Run Fee Station and paving of 450 yards located at Gerald R. Freeman Campground is required. The location of this work is shown on Exhibit D. Any quantities listed are estimates and prospective bidders are encouraged to visit the work sites to verify actual quantities needed to complete the work as described herein. All work shall be done in a professional manner, and in accordance with industry standards, this Scope of Work, all applicable codes, and practices common to the trade, and applicable provisions of the State of West Virginia, Department of Highways (WVDOH) - "Standard Specifications Roads and Bridges," the latest version, available at: Should any provision identified in the WVDOH Standard Specifications above conflict with this Scope of Work, this Scope of Work shall control. Prior coordination with the Resource Manager is required to minimize impacts to the park users and project personnel. Specification and quantity questions should be directed to Joe Swiney, 304-765-2816, email Joseph.A.Swiney@usace.army.mil. Period of Performance Contractor will have thirty (30) calendar days from issuance of Notice to Proceed to start work. Once the contractor is established on-site, all work shall be completed within thirty (30) calendar days. The following work tasks shall be performed at Bee Run and Gerald R. Freeman: Option A: Bee Run Fee Machine 1. Remove existing temporary gravel surface as necessary and stockpile material at the Bee Run stockyard located beside Bee Run Campground. 2. Grade the area such that the new surface will tie-in to the existing roadway grade (elevation) and drain away from the existing roadway. si 3. Install Item 307 Crushed Aggregate Base Course. The Minimum Thickness of the base shall be 8", however, the aggregate base thickness may be reduced as necessary if competent solid rock is encountered within the proposed elevation of the base. 4. Install a minimum 3.5-inch thick (compacted) course of Item 401 Base II Asphalt. 5. Mill an Edge Key along the edge of the existing roadway pavement where it abuts the new pavement being installed. Edge key depth shall be 1.5" and the width shall be a minimum of 12" and a maximum of 24". 6. Install a minimum 1.5-inch thick (compacted) layer of Item 401 Wearing Course III Asphalt over the new asphalt base course and edge key; including Item 408 Tack Coat and Item 708.9 Joint Sealant. Tack Coat is required between the new surface course and the existing asphalt and new base course. Joint sealant is required in the crack between the new surface course and existing pavement. 7. Approximate area is 616 square yards as shown in Exhibit A. Option B: Bee Run Road Repair 1. Approximately 110 yards roadway affected. Install a minimum 1.5-inch thick (compacted) layer of Item 401 Wearing Course III Asphalt over the new asphalt base course and edge key; including Item 408 Tack Coat and Item 708.9 Joint Sealant. Tack Coat is required between the new surface course and the existing asphalt and new base course. Joint sealant is required in the crack between the new surface course and existing pavement. Approximate location is shown in Exhibit B. Option C: Gerald R Freeman Road Repair 1. Approximately 450 yards roadway affected. Install a minimum 1.5-inch thick (compacted) layer of Item 401 Wearing Course III Asphalt over the new asphalt base course and edge key; including Item 408 Tack Coat and Item 708.9 Joint Sealant. Tack Coat is required between the new surface course and the existing asphalt and new base course. Joint sealant is required in the crack between the new surface course and existing pavement. Approximate location is shown in Exhibit C. Contractor shall bid on each option as a separate line item. The government may award complete contract or individual options. Asphalt paving requirementS Crushed Aggregate Base Course: The Contractor shall remove the existing stone surface and excavate to grade to accommodate the new pavement cross-section. All removed stone shall be stockpiled at the Boneyard area as shown on Attachment A. A new Item 307 Crushed Aggregate Base Course shall be installed a minimum of 8" thickness and compacted in accordance with Section 307 of the WVDOH Standard Specifications. The base course thickness may be reduced if competent solid rock is encountered within the limits of the required thickness of the base course such that the specified surface grade and asphalt pavement cross-section is maintained. Surface Preparation: The Contractor shall clean any existing pavement surfaces that will overlain immediately prior to paving by sweeping or flushing well with water or a combination of both. Contractor shall ensure that the surface is free of dust, dirt, grease, vegetation, oil, standing water or any type of objectionable surface film. The Contractor shall remove oil or grease that has not penetrated the asphalt pavement by scraping or by scrubbing with a general-purpose detergent and washing thoroughly with clean water. After cleaning, these areas shall be treated with an oil spot primer. The Government will remove and re-install parking blocks. The Contractor is not responsible for moving any parking blocks (if present). The Contractor will need to pave around the fee machines in the area as shown in Exhibit D. Milling shall be performed by the Contractor to provide an Edge Key in the areas where existing asphalt roadways adjoin the new surface overlay. The Contractor shall mill the areas to a minimum depth of 1.5 inches to accommodate a smooth transition with the new pavement. Edge key shall be extended up to 10-feet past the new paving limits to remove any damaged or weathered pavement that abuts the new work. Milling width shall be 12" minimum and 24" maximum but shall be extended as needed to remove adjoining damaged or weathered pavement. The Contractor shall apply a tack coat of emulsified asphalt or equivalent in accordance with Section 408 of the WVDOH Standard Specifications. Immediately prior to paving, the tack coat shall be applied to the clean surface at a rate of 0.10 to 0.20 gallons per square yard. Pools of primer material remaining on the surface after application shall be removed. All traffic not essential to the work shall be kept off the tack coat. Care shall be taken when applying the tack coat to prohibit the spray from adhering to any objects other than the surface to be paved. The Contractor shall be responsible for removing over-spray tack coat. The Contractor shall apply the tack coat only to the areas he/she will resurface each day. Materials: Overlay wearing course asphalt shall be plant-mixed 64/22 Mix Dense-graded Asphalt or equivalent, having a small Nominal Maximum Aggregate Size (NMAS) of #8 or less. The aggregate shall be skid resistant. Base course asphalt shall be used for the repaired areas. Base shall be a plant-mixed asphalt equivalent to the industry standard for West Virginia - plant mix type Base 2 aggregate or equivalent. Application: Asphalt courses shall be spread and struck off with a screed-type paving machine. Any irregularities in the surface of the pavement course shall be corrected directly behind the paver. Excess material forming high spots shall be removed with a shovel or lute. Indented areas shall be filled with hot mix and smoothed; casting of mix over such areas shall not be permitted. Paving operations shall be as continuous as possible. The Contractor shall arrange paving to provide hot joints wherever possible. Where it is necessary to leave a cold joint, the edge shall be squared vertically and horizontally and compacted. When matching a cold joint, the Contractor shall paint the joint with emulsion prior to paving. Areas where it is impractical to use a paver or spread box, asphalt surface courses may be spread and finished by hand. Wood or steel forms, rigidly supported to assure correct grade and cross section, may be used. Placing by hand shall be performed carefully to avoid segregation of the mix. Broadcasting of the material shall not be permitted. Any lumps that do not break down readily shall be removed. The Contractor shall maintain existing crown and slope and ensure that final grade properly drains surface water. Compaction: The Contractor shall utilize rolling equipment of adequate size and weight and begin rolling as soon as the hot mix material can be compacted without displacement. Rolling shall continue until thoroughly compacted and all roller marks have been worked out. In areas too small for roller, a vibrating compactor or hand tamper shall be used to achieve thorough compaction. Prior coordination with the Resource Manager is required to minimize impacts to the park users and project personnel. Specification and quantity questions should be directed to Joe Swiney, 304-765-2816, email Joseph.A.Swiney@usace.army.mil. Period of Performance SITE VISITS ARE HIGHLY RECOMMENDED PRIOR TO PROVIDING A QUOTE. SEE CLAUSE 52.236-27 FOR ADDITIONAL INFORMATION. PLEASE DIRECT ALL QUESTIONS TO SHERRI REESE AT (304) 399-6938 or sherri.l.reese@usace.army.mil. ANY INFORMATION RECEIVED AT THE SITE VISIT WHICH CONFLICTS WITH THIS SOLICITATION SHOULD BE BROUGHT TO THE ATTENTION OF MR. MORTON. THE SOLICITATION AND RESULTING CONTRACT SHALL BE THE GOVERNING DOCUMENT IN ALL CASES. QUOTES CAN ONLY BE E-MAILED TO JEFF MORTON AT sherri.l.reese@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 $25,000 and $100,000. 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 (Dev). Contractor will have thirty (30) calendar days from issuance of Notice to Proceed to start work. Once the contractor is established on-site, all work shall be completed within thirty (30) calendar days. *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 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks.
Division 34 - Transportation, Operation and Maintenance of Transportation.

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