State Bid

Last Updated on 19 Jun 2024 at 2 AM
ITB
Delaware

ADVERTISEMENT FOR BIDS -- CONTRACT NO. CB-39-2023 COMMODORE BARRY BRIDGE PHASE 3: PAINTING AND BRIDGE REHABILITATION

Solicitation ID Not Specified
Posted Date Not Specified
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Delaware River Port Authority
Location Delaware United states
Point Of Contact Not Available
I. PURPOSE AND INTENT The Delaware River Port Authority (“Authority”) hereby invites interested qualified Contractors to submit a Bid for Contract No. CB-39-2023, Commodore Barry Bridge Phase 3: Painting and Bridge Rehabilitation. One (1) electronic copy of the Bid, along with other technical and commercial documents shall be submitted, via SAP Ariba, no later than 2:00 p.m. EST on Tuesday, August 6, 2024. Bids will be publicly opened and read, via Zoom. The Work to be completed under Contract No. CB-39-2023 includes removal of existing lead based paint by blast cleaning (SSPC-SP 10 “Near White Blasting Cleaning”), and application of a new coating system for the Commodore Barry Bridge (CBB) cantilever truss spans, steel barriers, and signal gantries. The work also includes cleaning and painting of span W18 over Amtrak and cleaning and painting of the water tower located near the DRPA administration building in New Jersey. In addition to the indicated cleaning and painting, various repairs will be made, including: concrete deck spall repairs and protective coating application, steel repairs to Pennsylvania approach and cantilever truss spans, vibration absorber repairs, substructure repairs along the Pennsylvania approach spans, and replacement of electrical facilities throughout. The Project also includes but is not limited to work platform installation, containment installation, blasting of steel, coating application of steel, protection of existing utilities, caulking steel joints, maintenance and protection of traffic, noise mitigation and coordination with other projects. The Scope of Work pertaining to the CBB cantilever truss spans, steel barriers, and signal gantries involves abrasive blast cleaning and painting consists of constructing containment (SSPC Class 1A), surface preparation utilizing expendable abrasives or recyclable steel grit abrasives to remove all existing lead based paint to bare metal achieving the required surface profile (SSPC-SP 10 “Near White Blast Cleaning”) and application of a new coating system. The new coating system consists of an organic zinc primer, an epoxy intermediate coat and an aliphatic acrylic urethane finish coat. Silica sand abrasives shall not be used. The existing coatings on the Commodore Barry Bridge contain lead, chromium, cadmium and other hazardous metals. The following surfaces are not included in the Scope of Work: walkway gratings, all utilities, electrical conduits, cabinets and junction boxes, aluminum railings, drainage pipes and associated hardware, galvanized steel transverse walkways, galvanized conduits, or other aluminum or galvanized appurtenances. Work in span W18 involves abrasive blast cleaning and painting except for the steel framing within the track area which is to be power tool cleaned in spot repair areas and application of an overcoat system. Work outside of the track area shall consist of constructing containment (SSPC Class 1A), surface preparation utilizing expendable abrasives or recyclable steel grit abrasives to remove all existing lead-based paint to bare metal achieving the required surface profile (SSPC-SP 10 “Near White Blast Cleaning”) and application of a new coating system. The new coating system consists of an organic zinc primer, an epoxy intermediate coat and an aliphatic acrylic urethane finish coat. For work within the area of the four electrified tracks, and from a distance of 15 feet from the centerline of the outside tracks (Track 1 and Track 4) and extending inward, or as otherwise shown on the Contract Drawings, surface preparation will consist of spot power tool cleaning in accordance with SSPC-SP 3. The coating system applied in this area consists of a full coat of penetrating sealer, spot epoxy primer and full urethane finish coat. Coordination for work on the span will need to be coordinated with the Authority and Amtrak and work restrictions are likely. Excluded are portions of the widened superstructure built as part of the PennDOT Chester Ramp project (S-25506), Ramp A (S-25507) and Ramp B (S-25508). Additional Work to be completed under Contract No. CB-39-2023 includes removal of existing lead based paint by blast cleaning (SSPC SP 10 “Near White Blasting Cleaning”), and application of a new coating system for the CBB Water Tower in New Jersey. The type of Work includes, but is not limited to: containment installation, blasting of steel, coating application of steel, protection of existing utilities, and coordination with other projects. The Scope of Work pertaining to the Water Tower consists of surface preparation utilizing expendable abrasives or recyclable steel grit abrasives to remove all existing lead based paint down to bare metal (SSPC-SP 10 “Near White Blast Cleaning”), achieving the required surface profile on steel surfaces and application of a new coating system. Silica sand abrasives shall not be used. The existing coatings on the CBB Water Tower contain lead, chromium and other hazardous metals. The structure elements of the CBB Water Tower that are required to be abrasive blast cleaned are all steel surfaces. The Contractor is advised of the presence of communication lines, power lines, and high voltage lines located within and below the Work zone. The Contractor is also advised of the presence of a new commercial fiber optic line installed behind the North parapet. The Contractor shall be required to coordinate with applicable utility companies to de-energize non-DRPA owned lines when and where possible. The Contractor is advised of the presence of commercial and DRPA fiber optic and DRPA internal communication lines, high voltage power lines, electrical junction boxes and other utilities on the bridge. The Contractor shall take all precautions to ensure all fiber optic lines, electrical power lines, and utilities are properly protected and shielded to ensure blast cleaning, painting, building containment, or other contract activities do not cause damage to the utilities. The Contractor shall coordinate all Work over railroad property with the appropriate landowner and/or operating entity. It is the intent of the Contract that access to all steelwork for cleaning and painting operations be gained from the ground and that bridge lane closures on the Commodore Barry Bridge are to be minimized and are to be limited to that which is required to access the area behind the steel barrier. The duration and times of the short-term lane closures shall be per section T.3 Maintenance and Protection of Traffic. Also included as part of the Project, is air monitoring and coordination with local, state and federal agencies. The Contractor is responsible and obligated to successfully complete the entire Project and to complete each and every necessary detail of every item specified and/or shown on the Contract Drawings and in the Specifications regardless of whether or not a particular detail is specifically mentioned in either the Contract Drawings or the Specifications. Any detail of Work called out on the Drawings, but not called out in the Specifications, or any item of Work or detail not called out on the Drawings, but called out in the Specifications, shall be considered the same as if it was called out in both the Specifications and the Drawings. II. ARIBA REQUIREMENT AND ACCESS TO ITB DOCUMENTS All contract specific documents relevant to the ITB can be found on the Authority’s SAP Ariba Network site. In order to participate in this ITB and receive an invitation to the solicitation event, please send a request, via e-mail, to the following Contracting Officer: Amy L. Ash - [email protected]. If a response is not sent to you within one (1) business day, please resend the request. In order to access the ITB documents, you must be registered on the Ariba Network and have completed the Authority's supplier registration questionnaire. If you have not already done so, you can register on the Ariba Network at any time. Registration is free, quick, and easy. Please go to the DRPA Procurement website: http://www.drpa.org/procurement for registration instructions and additional information. For questions about the Ariba registration process or registration technical issues, please send an e-mail to [email protected]. The Authority will post a list of interested/invited Contractors on the drpa.org website seven (7) days prior to submission due date. The Authority will consider only those Bids received from parties who have obtained the ITB and contract documents directly from the Authority. Contract documents are not transferable to other parties for proposal purposes. Bids received from firms whose names are not recorded by the Authority as having secured documents for this Project will be rejected. III. EQUAL OPPORTUNITY The Delaware River Port Authority is firmly committed to providing full and equal business opportunities to all persons regardless of race, color, religion, gender, national origin, age, or non-job-related disability. In that regard, the Delaware River Port Authority will affirmatively assure that minority and female-owned business enterprises are afforded equal opportunities to submit bids and/or proposals for consideration for all purchases and contracts issued in connection with this Project. Prospective bidders should understand that the participation of certified MBEs and WBEs is a matter of great interest in the evaluation of all bids. To that end, the DRPA has established MBE and WBE goals for this project. MBE and WBE team members must be named, and commitment levels must be noted at the time the bid is submitted. IV. BID SUBMISSION AND DUE DATE Responses to this ITB must be submitted electronically via the Ariba Network, no later than 2:00 p.m. EST on Tuesday, August 6, 2024 (“Bid Due Date”). LATE, FAXED, E-MAILED, AND/OR HARDCOPIES WILL NOT BE ACCEPTED. The Bid Due Date and Ariba submission requirements are mandatory and non-waivable. Contractors should ensure that they can access and upload files in Ariba prior to the submission deadline. It is the Bidder’s responsibility to ensure delivery of its Bid to the proper place at the proper time. Absent an emergency or unanticipated event that interrupts normal Authority processes so that Bids cannot be received via Ariba by the exact time specified in the ITB, the Authority will not extend the submission deadline for an interested firm due to technical difficulties. V. PRE-BID CONFERENCE AND SITE VISIT A non-mandatory Pre-Bid Conference will be held on Monday, July 15, 2024 at 2:00 pm EST via a Microsoft Teams Meeting. The Microsoft Teams meeting information is as follows:| Meeting ID: 270 622 389 878 Passcode: kni8BF Phone: +1 856-338-7063,,257802601# Attendance by Bidders, subcontractors, and suppliers is strongly encouraged. All Bidders shall be expected to completely and thoroughly examine all Contract Documents to become fully aware of the scope and requirements of the Project prior to submitting a Bid. No site visit is scheduled for this project. VI. SINGLE POINT OF CONTACT The DRPA has established a Single Point of Contact for this ITB. From the issue date of this advertisement and until full execution of the Contract Agreement, the Single Point of Contact shall be the Contracting Officer whose name and contact information appears below. Please refer all inquiries related to the Project, including Ariba technical issues to the Contracting Officer. Any violation of this condition (excluding any Ariba supplier registration questions and issues, which should be addressed by e-mailing [email protected]) may be cause for the DRPA to reject the offending Bid or rescind the Contract Award. Bidders agree not to distribute any part of their Bids beyond the Authority’s Contract Administration Department. A Bidder that shares information contained in its Bid with other DRPA personnel and/or with a competing Bidder may be disqualified and its Bid may be rejected. The Single Point of Contact for this Project is: Amy L. Ash, Manager, Contract Administration/Contracting Officer [email protected] / 856-968-2084 VII. QUESTIONS Any and all questions or requests for clarification relating to this procurement including, but not limited to, questions concerning Bid submission requirements, technical requirements, scope of work, and specifications, should be addressed to the Single Point of Contact no later than 5:00 p.m. EST on Tuesday, July 16, 2024.. NOTE: NO questions will be accepted after this date. Responses to questions will be provided, via e-mail, by the Single Point of Contact to those firms who have registered and requested participation in the ITB. Only information supplied by the Single Point of Contact, including responses to questions regarding the ITB, should be used in preparing Bids. DELAWARE RIVER PORT AUTHORITY By: Amy L. Ash Manager, Contract Administration Phone: 856-968-2084
Bid Protests Not Available