Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2025 SAM #8648
MODIFICATION

Z -- NRM CONST 528-25-115 EXTERIOR IMPROVEMENTS

Notice Date
7/29/2025 1:07:33 PM
 
Notice Type
Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24225B0040
 
Response Due
8/28/2025 9:30:00 AM
 
Archive Date
10/27/2025
 
Point of Contact
Devan Bertch, Contract Specialist
 
E-Mail Address
Devan.Bertch@va.gov
(Devan.Bertch@va.gov)
 
Awardee
null
 
Description
Buffalo VA Exterior Improvements Project# 528-25-115 Construction Statement of Work (SOW) Project: Buffalo VA Exterior Improvements Project Number: 528-25-115 06/16/2025 Location Work performed under this scope will be for and conducted within VA Western New York Healthcare System (VAWNYHS) at the Buffalo VA Medical Center (VAMC) located at 3495 Bailey Avenue Buffalo, NY 14215. Background The Buffalo VAMC campus is in need of exterior campus improvements. This project aims to address items that are in need of repair or replacement. Refer to the scope section below for additional information. GENERAL REQUIREMENTS All electrical work shall be performed in accordance with the latest editions of the National Electrical Code (NEC), National Fire Protection Association (NFPA) standards, VA Design Guides, and applicable local and federal regulations. The Contractor shall follow any/all applicable standards and codes, including, but not limited to applicable NFPA standards, NEC, JCAHO, OSHA, ANSI, ASHRAE, and any other codes. The Contractor shall provide all labor, materials, equipment, tools, supervision, and incidentals required to complete the work in a safe, code-compliant, and professional manner. Work shall be coordinated with the VA to ensure minimal disruption to ongoing medical operations. Temporary protection, dust control, and infection control measures shall be implemented where necessary. Although there is no formal phasing for this project, work shall be focused on the same general areas to minimize disruptions to the facility. The contractor may submit their own phasing plan to the VA for review and approval. All electrical systems shall be de-energized before demolition and re-energized only after VA acceptance testing and verification of full system functionality. The Contractor is responsible for verification of all site conditions prior to installation. The Contractor is responsible for obtaining/providing, inspecting, and maintaining any required Personal Protective Equipment (PPE) and access equipment (lifts, scaffolding, etc...) necessary to perform services identified in this SOW. All Contractor personnel working onsite at the Medical Center will be required to provide proof of OSHA 10-hour training. All site supervisors and Competent Personnel will be required to provide proof of OSHA 30-hour training. The Contractor shall provide personnel, material, services, and facilities to perform, accomplish, and deliver the required services detailed in this scope of work. The contractor shall provide submittals and shop drawings for review prior to starting work. In the event of a conflict between the text of this document and the references cited herein, the text of this document takes precedence. Nothing in this document, however, supersedes applicable laws and regulations unless a specific exemption has been obtained. Although the VA makes every effort to keep SOW current to existing conditions, changes and updates are sometimes not recorded. It is therefore the Contractor s responsibility to perform field investigation and verify of the accuracy of the drawings with the actual conditions. The contractor shall check existing conditions at the project site prior to bidding. Any wall or ceiling mounted signage, alarms, decoration, or other ancillary feature that require temporary removal or relocation to complete the work shall be the contractor s responsibility to remove and reinstall. If any signage, alarms, or other feature is damaged during construction, the contractor shall replace with an equivalent device as approved by the COR at no additional cost to the VA. All work shall be documented by the contractor with before-and-after photos. Electrical testing, including insulation resistance, ground continuity, and load testing, shall be conducted and results submitted for VA review. VA safety protocols and infection control risk assessments (ICRA) must be adhered to at all times. The Contractor shall be responsible for coordinating all shutdowns and service interruptions with VA Engineering Services at least 10 business days in advance. Regular business hours shall be defined as 6:00AM-6:00PM Monday through Friday. Although the VA Western New York Health System campuses are public facilities, access to facility maintenance areas, electrical areas, mechanical areas, roof access, and certain other portions of the medical facility are restricted from the general public. Accessing these areas may require advance notice, pre-approval, and scheduling to gain entry. All visits and access requests to the VAWNYHS under this scope of work shall be coordinated through the COR. It is VHA policy to respect the privacy of all persons (e.g., Veterans, patients, residents, members of the VHA workforce, and visitors) consistent with the needs of operating a national health care system. Privacy protections on VHA premises vary according to the needs and purposes of different types of areas, the persons included, and the purpose of the production and use of photographs, digital images, and video or audio recordings (excerpt from VHA Directive 1078). Photography of as built and site conditions are permissible actions under this SOW when photography activities are coordinated with the COR. The Contractor shall ensure that any photographs taken do NOT include any VHA patients, members of the VHA workforce, or visitors to the VAMC facility. All members of the on-site workforce will be required to obtain VA badges. Contractor to coordinate with the project COR to schedule workers to receive badges. A list of workers requiring badges shall be provided to the project COR prior to scheduling. The Contractor shall provide weekly status reports throughout the duration of the contract. The reports shall include at a minimum the information listed below. The status report will be supplied as a digital product to the Government in a Microsoft Word compatible format (*.DOC) or Portable Document Format (*.PDF) that can be emailed to COR, however, note that the VA email cannot accept file sizes larger than 5mb. Files over that size may be provided through an internet-based file sharing software such as SharePoint. The reporting period shall begin once the Notice to Proceed has been issued to the contractor. Information required in weekly status reports: Weekly Status Report shall include the following at a minimum: Itemized list of progress completed Itemized list of tasks behind schedule Updated project schedule Any Requests for future work, i.e. access, Shutdowns, Utility coordination, VA Engineering team assistance, etc. Project and safety issues, or other concerns The Contractor shall conduct a kick-off meeting at the VAMC. During the kick-off meeting the Contractor shall address their plan to meet the design intent, review the schedule, and review their plan to address any risks associated with the effort. In preparation for this meeting Contractor shall submit: An updated work plan that adds additional details based upon approved submittal information. Any additional clarifying details about the work to be performed that have been updated bases upon the approved submittals. Any action items resulting from this meeting shall be addressed prior to ordering any materials or beginning the actual construction work. In conjunction with the Kick-off Meeting, the Contractor shall survey the existing area to assess current site conditions and gather information necessary to carry out required tasks. Contractor shall provide submittals for the work covered in the scope below to the VA for review and approval prior to the start of work on site. At such time the Contractor shall attend a Preconstruction Conference. Topics to be covered at this meeting shall include: Introductions Names of representatives attending [list the names of all participants along with the departments they are leading]. Discussion of the construction contract. Schedule for the completion of the contract. Review of the construction plans. Working area limits. Storage and staging areas. Construction safety and ICRA. Final comments and notes. The Contractor shall be responsible for reviewing works they complete as well as work done by any subcontractors that the Contractor has hired to assist with the completion of this SOW. Periodic formal and informal construction inspections shall be performed by VA staff throughout the construction process to assess the quality and compliance of the project in comparison to the Contract Documents. Typical inspection examples include review of safety, dust and infection control systems and configurations, review of completed work and work underway, and final inspections of finished products. Timing of inspection points shall be discussed with the VA COR during the development of project construction schedule submittal. Any findings identified during an inspection shall be photographed, documented in writing, and delivered to the contractor. The Contractor shall respond in writing and provide evidential proof of compliance/rectification/resolution to each finding identified. Some findings may require resolution prior to moving to the next construction process. Final inspection shall be conducted jointly before final acceptance of the constructed product. The groups that shall participate in the verification process include: Prime Contractor Subcontractor (as applicable) VA Engineering These inspections will be based upon manufacturer data and accepted industry standards, and will be checked against VA regulatory requirements as applicable. Any work that does not pass inspection, the Contractor shall troubleshoot the issue and determine if the FboNotice cause of the problem. If the FboNotice cause is the result of the construction work, the Contractor shall repair and/or replace the faulty construction work and any subsequent damage at no additional cost to the Government. If the FboNotice cause is the result of faulty equipment or materials (manufacturer defect), the Contractor shall coordinate with the manufacturer / supplier to repair and / or replace the faulty equipment or materials and any subsequent damage at no additional cost to the Government. SCOPE The scope of construction work is fully described in the scope narrative below and the associated specifications and attachments. Section (1) - Site Landscaping and Concrete Cleaning 1. General Work Overview The contractor shall provide all labor, materials, supervision, and equipment to complete a one-time landscaping and hardscape service at the Buffalo VA Medical Center in accordance with the scope of work listed in this section, and in accordance with local environmental regulations. The work includes tree and shrub maintenance, restoration of landscaped areas, and concrete cleaning and sealing in Veterans Park, as detailed below. 2. SITE LANDSCAPING 2.1 General Requirements All landscaping work shall be coordinated with the VA COR (Contracting Officer s Representative) to avoid disruption to patient care or facility operations. 2.2 Detailed Tasks 1. Tree and Shrub Maintenance refer to attachment 26 for areas requiring the following work: Prune and trim all trees and shrubs to maintain healthy growth and ensure no contact with buildings or utilities. Trimming shall meet ANSI A300 pruning standards and ensure clear sightlines and pedestrian safety. All pruning debris shall be collected and removed from the site daily. 2. Weeding and Bed Preparation (refer to attachment 26 for locations) Weed all planting beds, including parking lot islands, perimeter beds, and planter areas. Ensure that weeding does not disturb existing plant FboNotice systems or underground utilities. 3. Decorative Stone Installation (refer to attachment 26 for locations) Install decorative stone to all planting beds and around trees that currently lack coverage. Stone must match the existing on-site material in type, size, and color, and be installed with appropriate weed barriers where required. 4. Planting Enhancement (refer to attachment 26 for locations) Replace all dead shrubs and perennials in existing beds and planters with same plant species. Add new perennial plantings in all planting beds to enhance site aesthetics. Contractor shall assume this effort requires 100 small pot plants. Plant species shall be appropriate for planting area and climate. All plants must be hardy USDA Zone 6 perennials, low-maintenance, and non-invasive. 5. Contractor Equipment and Safety The contractor shall supply all necessary equipment, including pole trimmers, ladders, hand tools, and power hedge trimmers. The contractor is responsible for securing work areas and protecting VA property and pedestrians during operations. All green waste shall be removed from VA premises and disposed of in accordance with local regulations. 3. CONCRETE CLEANING & SEALING Veterans Park 3.1 General Requirements The contractor shall clean and seal concrete surfaces in Veterans Park, including walkways, stairs, and vertical concrete features, not including the building. All materials and methods shall conform to environmentally compliant cleaning practices. 3.2 Detailed Tasks 1. Concrete Cleaning Clean all exposed concrete with hot water pressure washing using biodegradable, non-toxic cleaning agents to remove mold, mildew, staining, and accumulated grime. Avoid damage to surface finishes or expansion joints. Use containment methods to prevent runoff into storm drains. 2. Concrete Sealing Apply a high-quality, silane/siloxane or equivalent breathable concrete sealer approved for pedestrian use. Contractor to submit sealant product to the VA for review and approval. Include all required surface prep, curing time, and post-application inspection. Address any areas where the sealer fails to adhere, or bubbles appear. 3. Phasing and Access Access to work areas will be provided to the contractor during normal business hours. The VA will coordinate closing areas off to patients, visitors and staff as needed. Contractor to coordinate work areas needed with the VA a minimum of 10 business days prior to work occurring. Coordinate all work schedules with the VA COR, including signage and barriers during sealing activities. 4. Tools and Materials Contractor must provide all tools, pressure washers, sprayers, and cleaning agents. Contractor to submit equipment specifications and proposed cleaning agents to the VA for review and approval. 5. Environmental Protection All chemicals must be environmentally safe. If hazardous substances are used, the contractor must employ containment systems to prevent discharge. Adherence to EPA Stormwater Best Management Practices (BMPs) is mandatory. 4. DELIVERABLES Pre-Construction Plan (Work schedule, staging areas) Materials Submittals (Stone, mulch, sealant specs, equipment) Photographic Documentation (Before, during, and after) Section (2) Electrical Improvements A. INSIDE VETERANS PARK A1 Stair Lights (QTY:8) Remove existing stair lighting fixtures and associated electrical components. Modify existing branch circuitry, extend conduit and wiring as necessary to accommodate new fixtures. Install stair lights per VA-approved submittals and lighting schedule specifications below. Ensure complete commissioning and operational verification. Lighting shall be controlled by a time clock and photocell, install new time clock and photocell to ensure complete commissioning and operational verification. See attachment #16 and #23 for additional details. A2 Canopy Entrance Lights (QTY:5) Demolish and dispose of existing canopy entrance fixtures and components. Reconfigure and extend existing conduit and conductors as required. Install new canopy-rated LED luminaires per VA-approved submittals and lighting schedule specifications below. Surface preparation and ceiling refinishing (patching and repainting) shall extend to adjacent architectural boundaries, with exact limits established during the pre-bid walk-through. See attachment for rendering and basis of design. See attachment #20 and #23 for additional details. A3 Wall Pack Lights (QTY:6) Decommission and remove existing wall-mounted luminaires. Upgrade conduit and circuitry as needed and install new LED wall packs per VA-approved submittals and lighting schedule specifications below. Lighting shall be control by a time clock and photocell, install new time clock and photocell to ensure complete commissioning and operational verification. See attachment #21 for additional details. A4 REM Lights (QTY:3) Remove and replace all Remote Emergency Module (REM) lights. Modify existing electrical feeds, ensuring reliable emergency circuit continuity per VA-approved submittals and lighting schedule specifications below. See attachment #15 for additional details. A5 Garden Spotlights (QTY:8) Remove current garden lighting fixtures. Modify landscape-grade conduit and wiring infrastructure to support new spotlights per VA-approved submittals and lighting schedule specifications below. Install per manufacturer cut sheets and photometric requirements. Lighting shall be control by a time clock and photocell, install new time clock and photocell to ensure complete commissioning and operational verification. See attachment #10 and #23 and section 1 (Landscaping Improvements) for additional details. A6 Antenna (QTY:1) Remove wall-mounted antenna and all fasteners. Patch, seal, and finish all penetrations in accordance with VA building envelope standards. Refer to Section 3, Item #2 for required patch material. B. OUTSIDE VETERANS PARK B1 Direction Signage (QTY:2) Disassemble the current illuminated signage. Replace all internal LED lighting modules. Remove and reinstall or replace lettering to match font and finish. Pressure wash and chemically treat signage masonry and metal frame for clean reinstallation. Restore sign system to fully operational condition. Install new conduit and wiring to the nearest power source in that area (there is an existing junction box is located within 15 of the sign). Signage shall be controlled by a photocell, install new photocell to ensure complete commissioning and operational verification. B2 Bollard Light (QTY:2) Demolish existing concrete footings and retain buried conduit. Modify and extend conduit and conductors. Form and pour new structural concrete bases and install new LED bollards to meet VA site lighting standards and per VA-approved submittals and lighting schedule specifications below. Lighting shall be control by photocell. Install new photocell to ensure complete commissioning and operational verification. See attachment #19 and #23 for additional details. C. FLAGPOLE AREA C1 Flood Light (QTY:1) Remove existing flood light base. Install new lighting base and extend underground conduit and wiring to base of new lights. Install new flagpole lighting on VA-specified bases with complete structural and electrical installation per VA-approved submittals and lighting schedule specifications below. Lighting shall be control by a photocell. Install new photocell to ensure complete commissioning and operational verification. See attachment #11 and 13 and #18 and section 3 (Civil Improvements) for additional details. C2 Bollard Lights (QTY:8) Install new conduits and wiring for new LED bollards (direct imbedment refer to product installation guidelines). Terminate to nearest utility source per VA construction standards and NEC for outdoor installations and per VA-approved submittals and lighting schedule specifications below. Lighting shall be control by a photocell. Install new photocell to ensure complete commissioning and operational verification. See attachment #12 and #19 and #23 and section 3 (Civil Improvements) and section 4 (Flagpole Improvements) for additional details. C3 Flagpole Lights (QTY:3) Remove existing flagpole lights and lighting bases and extend underground conduit and wiring. Install new flagpole lighting on new light bases with complete structural and electrical installation per VA-approved submittals and lighting schedule specifications below. Lighting shall be control by a photocell. Install new photocell to ensure complete commissioning and operational verification. See attachment #11 and #12 and #13 and #18 and section 3 (Civil Improvements) and section 4 (Flagpole Improvements for additional details. D. MAIN VA SIGNAGE D1 Facility Signage (QTY:1) Double sided Fully dismantle and dispose of existing LED 2-sided electrical sign. Contractor to coordinate directly with signage vendor for pricing and submission of proposed designs to the VA for review and approval. Ensure full integration with electrical infrastructure, including conduit rerouting and reconnection as required. See attachment #23 and #24 and section 3 (Civil Improvements) for additional details. E. MAIN ENTRANCE AREA E1 Canopy Lights (QTY:6) Same as A2. Emphasis on maintaining canopy watertight integrity during installation and per VA-approved submittals and lighting schedule specifications below. Lighting shall be control by a time clock and photocell, install new time clock and photocell to ensure complete commissioning and operational verification. See attachment #14 for additional details. E2 Overhead Entrance Light (QTY:3) Remove overhead fixtures, rework conduit and feeds, and install weather-rated fixtures with illumination levels compliant with IESNA RP-8 standards and per VA-approved submittals and lighting schedule specifications below. Lighting shall be control by a time clock and photocell, install new time clock and photocell to ensure complete commissioning and operational verification. See attachment #22 for additional details. E4 Wall Pack Light (QTY:4) Same scope as A3. Emphasis on uniform light distribution and vandal-resistant housing and per VA-approved submittals and lighting schedule specifications below. Lighting shall be control by a time clock and photocell, install new time clock and photocell to ensure complete commissioning and operational verification. See attachment #21 for additional details. E5 Satellite Dish Removal (QTY:1) Remove satellite dish and patch roof as needed to make it weather tight. Contractor to submit roof patching methods and materials to the VA for review and approval. E6 Canopy Entrance Fixtures (QTY:8) Same scope as E1. See attachment #17 for additional details. F. LIGHT POLE INSTALLATION F1 Parking Area Light Pole (QTY:1) Demolish concrete base and install new structural pole foundation per manufacturer s installation manual and VA site lighting criteria. Modify underground conduit and wiring as required. Install VA-approved LED light poles per the lighting schedule specifications below with complete circuit testing and commissioning. Refer to section 3 for additional details and requirements. See attachment #23 and section 3 (Civil Improvements) for additional details. Proposed Lighting Schedule: A1 Recessed High Output Step Light 93047CFT32EB A2 VCVL LED V8 P7 50K 80CRI T5M MVOLT AC6 DBLXD A3 WST LED P1 50K VF MVOLT DBLXD A4 KAXW LED P3 40K R3 MVOLT DBLXD A5 C-Series LED 16215 40K 80CRI 1424 LUMEN B2 StressCrete Group Bollard Type Belmont (Refer to SOW attachment for additional info. Contractor shall be responsible to submitted for the VA for review and approval). C1 light- DSXF2 LED P1 50K 80CRI MSP MVOLT THK DBLXD Accessories- DSXF2UBV DBLXD U Mounting bracket- SBT-5S-DBLXD C2 StressCrete Group Bollard Type Belmont (Refer to SOW attachment for additional info. Contractor shall be responsible to submitted for the VA for review and approval). C3 light- DSXF2 LED P1 50K 80CRI MSP MVOLT THK DBLXD Accessories- DSXF2UBV DBLXD U Mounting bracket- SBT-5S-DBLXD D1 Per the attach spec and drawing (Contractor shall be responsible to submitted for the VA for review and approval). E1 KACM LED 60C 700 50K R5 MVOLT SRM DBLXD E2 DSXF1 LED P1 50K MSP MVOLT THK DBLXD E4 WST LED P1 50K VF MVOLT DBLXD E6 OLAW23 53K MVOLT PE B F1 Per the attach spec (Contractor shall be responsible to submitted for the VA for review and approval). Section (3) Civil Improvements The project scope of work will generally include the following items: Repair Building 20 concrete steps. Contractor shall remove all loose and hollow sounding concrete and any reinforcing steel that has deteriorated greater than 20% of its original cross section. Concrete shall be removed to allow for new reinforcing steel to be properly spliced in and allow 2-inches of concrete to be poured behind new or existing exposed reinforcement. Form as needed and pour patches to match existing using NYSDOT type HP 5000 psi concrete. Existing handrail shall be sandblasted and / or wire wheeled down to bare steel, then primed and painted with two finish coats. Finished concrete shall be patched and ground to create seamless transitions between patches and existing. All sides of the stairs shall receive a minimum of two coats of Sherwin Williams Loxon XP masonry coating, color as approved by the VA. Refer to Attachments #1 and #9. E wing limestone façade panel repair - Patching of the damaged limestone shall be accomplished using Conproco Matrix (a color tintable cementitious limestone patch material), or approved equal product color matched to existing adjacent limestone. Contractor to properly prepare surfaces in accordance with patch material manufacturer requirements, including saw cutting, cleaning and priming. It is important that surface preparation, product application and curing strictly adhere to manufacturer requirements. This work must be performed outside of these hours: Monday through Friday 6:00 am to 6:00 pm. Refer to attachment #2 for additional information. Prepare area and pour a new concrete pad for a bike shelter. Effort involves removing a portion of existing handrail and making remaining portion of handrail safe, removing select bushes, removing material to create a pad depth of 6-inches (coordinate all removals with the VA - pad to be flush with adjacent concrete sidewalk and sloped to drain at 1.5%), including 12 deep haunches as detailed in attachment #3, place 1 crushed limestone as a leveling course, form and place 6 x 6 welded wire fabric in the vertical center of the new slab, and epoxy coated rebar in haunches as detailed. Pour high early strength NYSDOT type HP 5000 psi concrete and saw cut control joints 24 hours after the pour. After the concrete pad has cured, assemble and anchor government furnished bike shelter to the new concrete pad. Refer to attachment #3 for location and attachment #9 for concrete notes and requirements. Contractor to propose and provide anchor methods and materials, which must be submitted to the VA for review and approval. A-wing island improvements. Remove all concrete inside of the island curbing down to subbase, taking care not to damage the existing light pole, pole base or manhole. Remove precast block sign structure in its entirety. Sawcut pavement to allow for all damaged / broken sections of curbing to be removed and replaced (approximately 25 LF). Form, place rebar and pour new curbing. Place expansion material along the inside perimeter of existing and new curb leaving it low to allow sealant to be placed over top, place 6 x 6 welded wire fabric in the vertical center of the new slab and pour concrete to the top of curb using NYSDOT type HP 5000 psi concrete. Properly cure concrete. Seal over expansion material with Dowsil 888 silicone joint sealant. Replace binder and top sections of asphalt removed to accommodate curb replacement. Depths of lifts shall match existing. Asphalt mixes shall be: Binder Course NYSDOT 19MM F2; Top Course NYSDOT 9.5MM F2. Both Polymer Modified HMA, 80 Series Compaction in accordance with NYSDOT Specification Section 402-3.07.D. Seal all new pavement seams with approved hot applied crack sealing material. All island curb to be painted safety yellow using Sherwin Williams SETFAST Acrylic Waterborne Traffic Marking Paint or approved equal. Contractor responsible for providing traffic control, signage, barricades and fencing as needed to cordon off the work area and redirect vehicle and pedestrian traffic. Refer to attachments #4 and #9 for additional information. Main Entrance sign base / enclosure improvements this work shall occur after sign enclosure remodeling has been completed: Contractor must submit all proposed materials to the VA for review and approval prior to starting work. Submittals include mortar, cleaning methods and detergents, brick stain type and color and application method, brick stain, concrete sealants and coatings. V-shape rout all cracks in concrete to a depth and width of ½ . Clean and fill routed cracks with Dowsil 888 sealant or VA approved equal product. Total length of cracks is 10 linear feet or less. Clean the brick surface using a pressure washer or a stiff brush with soapy water. Remove dirt, mildew, and efflorescence to create a clean, absorbent surface for staining brick. Allow the brick to dry completely before moving on. If using a pressure washer, pressure shall be 1,000 PSI to 1,500 maximum. Cover all areas not receiving stain with drop cloths, plastic sheets, tape, etc to protect them from tuck pointing, stain splashes etc. Inspect the brick-and-mortar joints. Make mortar repairs� where necessary. Prepare mortar mix by following the manufacturer s directions. Replace any deteriorated mortar with the fresh mix. Be sure to work the mortar as far into the joint as possible and shape the repair to blend in with the rest of the joint. Give the mortar at least a few days to dry before staining. Properly apply a brick stain H&C COLORTOP Solvent-Based Solid Color Sealer 250 in HC 109 Charred Walnut color (or VA approved equal product and color) to achieve even coverage and a professional finish using brushes, rollers, or� quality sprayers in accordance with manufacturers recommendations. Choose the option that best suits the type of stain being used and the size of the brick surface. Mix masonry stain and test the stain on a small, inconspicuous area of the brick to check for color accuracy and adhesion. VA must review and approve the test area before staining the rest of the surfaces. Apply the stain evenly, working in small sections to maintain a wet edge and avoid lap marks. Follow the manufacturer s guidelines for application techniques and drying times. Multiple coats may be necessary to achieve the desired color and coverage. Coat all remaining concrete with LOXON XP Waterproofing Masonry Coating in SW 6255 Morning Fog color (or approved VA product and color), applied in accordance with manufacturer recommendations. Protect all areas outside of concrete from splashes, spills, etc. Refer to attachment #5 for photos of existing sign. Pour a new colored stamped concrete path around the VA flag pole. Effort requires excavation, subgrade preparation, subbase stone, forming, pouring, curing and saw cutting control joints. Path to be flush with surrounding grade. Effort includes final restoration of adjacent areas, as needed, including topsoil, seed and straw, or hydroseed. Concrete shall be NYSDOT type HP 5000 psi concrete, with 6 welded wire fabric in the vertical center, properly cured and sealed. Depth of concrete path shall be 6-inches and slope away from the flagpole at 1.5%. Refer to attachment #6 for proposed concrete stamp pattern and color, and proposed limits of concrete path. Path includes a 2-foot wide strip of decorative stone on the outside perimeter of the concrete, placed over landscape fabric and contained within landscape edging (Eco Border Black Rubber landscape edging part number ECO6PK-BLK-WM) or VA approved equal product. Refer to attachment #9 for concrete notes and requirements. Work must be completed after all work described in section 4 is complete. Contractor to coordinate. Curb replacement (light pole base replacement) remove and replace approximately 45 linear feet of concrete curb. Sawcut pav...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/baf27293fde64055b07d4b4d1c0e420c/view)
 
Record
SN07527652-F 20250731/250729230046 (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.