Tennessee CPO ITB 40100-13765
Federal opportunity from Central Procurement Office • Tennessee Department of General Services. Place of performance: TN.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
Description
P a g e |1 Polypropylene Barrier Wall Construction 1. Purpose The Tennessee Department of Transportation is soliciting bids to establish a contract to provide labor, equipment, materials and supplies for polypropylene barrier wall construction. The contract period shall be one year from date of award with two one- year renewal options. A single Contractor will be awarded the contract. 2. Scope of Work The Contractor shall be responsible for the construction of barrier walls using polypropylene bags filled with Class A concrete, including the provision of all necessary materials and installation services. Specific installation locations and quantities will be provided to the Contractor through a Purchase Order as needed. TDOT does not guarantee any minimum amount of work under this contract. The Contractor must have the necessary resources and capacity to perform the required services at any location within the state of Tennessee. For each project, the Contractor will be responsible for providing any/all line items as directed by the Tennessee Department of Transportation. 3.Specifica�ons and Cost Basis A)Bag Barrier:All sizes of the barriers shall have a 2' opening at the top that is centered on the base of the barrier. The base of the barrier will be 2' wider than the height of the barrier. The barrier shall be baffled every 2'. The barrier shall be made of 8 oz. polypropylene. The barrier shall be waterproof or plastic coated. The barrier shall be capable of being put together to make a continuous barrier. The barrier must be of sufficient strength to maintain the needed amount of material (concrete, gravel, sand, stone, or millings). Minimum quantity of bag length is 50' and additional lengths will be in 50' increments B) Reusable Bag Barrier:Reusable barriers can be used multiple times and shall become the property of TDOT after the initial use, all sizes of the reusable barrier shall have a 2' wide opening at the top. The base of the reusable barrier shall be 2' wider than its height. Reusable barrier shall be baffled every 2'. The reusable barriers shall be made of 8 oz. polypropylene. The reusable barriers shall be plastic coated or waterproof. The reusable barrier shall have a separable bottom section and top P a g e |2 section. The two sections, top and bottom, shall be put together to make a continuous reusable barrier. Minimum quantity of bag length is 50' and additional lengths will be in 50' increments. Fill material may be provided by TDOT, if available, as directed by TDOT Engineer in charge of project. Cost Basis for Bag Barriers and Reusable Bag Barriers:Minimum quantity of bag length is 50' and additional lengths will be in 50' increments. Cost is requested per linear foot for the following sizes
- 2 feet tall with a 2-foot-wide opening at the top (top is a total of 2 feet wide
and with a 4-foot-wide base)
- 3 feet tall with a 2-foot-wide opening at the top (top is a total of 2 feet wide
and with a 5-foot-wide base)
- 4 feet tall with a 2-foot-wide opening at the top (top is a total of 2 feet wide and
with a 6-foot-wide base)
- 6 feet tall with a 2-foot-wide opening at the top (top is a total of 2 feet wide and
with a 8-foot-wide base) C) Installation Equipment: Cost shall include all equipment and operators needed to install/hold bag before and during filling with material. Cost is requested per hour. D)Labor:Cost shall include all non-equipment labor costs required for delivering the bags to the site, filling, and installing the bags. Cost is requested per hour. E)On-SiteTechSupport:Provide on-site technical support personnel to assist with oversight, guidance, and troubleshooting during installation. This support is intended to aid the installation team and ensure proper deployment of the barrier system. Cost is requested per hour. F)ConcretePump Truck: Cost shall cover actual use, doesn't include down�meor travel time. Cost is requested per hour. G)Concrete Placing Boom: The boom must have a 52' reach and must be self-propelled, so it can maneuver around job site. Cost shall cover actual use, doesn’t include down time or travel time. Cost is requested per hour. H)Concrete:Concrete shall be Class A concrete. Charges shall apply only to quantities properly placed as part of the installation. Spillage, overages, or unused material will not be eligible for payment. Cost is requested per cubic yard. P a g e |3 I) Small Deflection Barriers: 27" base, 3' long barrier shall have 3 cells, each cell at the top shall have a 12" by 12" opening. Each barrier shall have a male and female end for joining together. Strap webbing and D- rings shall be used to attach each barrier together. Lifting loops shall be attached to the barrier at each end. Attached lid with 3 straps and D-rings shall be used for full containment. Material is 8.5 oz. polypropylene. Cost is requested per barrier. J)Large Deflection Barriers: 36" base, 4' long barrier shall have 4 cells, each cell at the top shall have an 18" by 18" opening. Each barrier shall have a male and female end for joining together. Strap webbing and D-rings shall be used to attach each barrier together. Lifting loops shall be attached to the barrier at each end. Attached lid with 3 straps and D-rings shall be used for full containment. Material is 8.5 oz. polypropylene. Cost is requested per barrier. K) 6"Minus Stone:All aggregate must pass thru a six-inch opening. An alternative to aggregate is clean compacted sand for back fill. Fill material may be provided by TDOT, if available, as directed by TDOT Engineer in charge of project. Cost for Sand and Stone requested per ton. L) 6" Water Pump:Minimum 6" discharge. Cost is requested per hour. M) 4” Perforated Pipe:Cost shall include furnishing and installing 4-inch diameter perforated drainpipe where required by site conditions. Pipe shall be suitable for subsurface drainage applications and installed per project-specific layout. Cost is requested per linear foot. N)Additional Heavy Equipment:Cost shall include furnishing and operating the following heavy equipment as required by site conditions and shall cover actual use only (does not include down time or travel time). Equipment shall be operated by qualified personnel and used in support of installation, mobilization, or other project-related activities. Cost Basis for Heavy EquipmentCost is requested per hour (unless otherwise noted) as follows:
- Trackhoe with Operator
- Long Reach Trackhoe with Operator
- Loader with Operator
- Dump Truck with Operator
P a g e |4
- Light Plant (per Day)
O)Mobilization:Mobilization may be required under both routine and emergency conditions and includes two categories: bag deployment and heavy equipment mobilization. Bag deployment mobilization involves transporting and staging equipment and materials necessary for bag installation. Heavy equipment mobilization includes the transport of machinery such as trackhoes and dump trucks. Routine mobilizations shall require the Contractor to be on site within 30 days or less. Emergency mobilizations shall require the Contractor to be on site within 5 days or less. Cost Basis for MobilizationCost is requested per each job and type as follows:
- Routine Mobilization Bag Deployment
•Emergency Mobilization Bag Deployment
- Routine Mobilization Heavy Equipment
- Emergency Mobilization Heavy Equipment
P) WorkZone Traffic Control:The Contractor shall provide work zonetrafficcontrol (including devices, placement, equipment/ vehicle requirements, and worker requirements) in accordance with the latest editions of the following documents: •Manual on UniformTracControl Devices (MUTCD) All work zone traffic control devices shall be appropriate/proper for the given work zone and shall be in place before work commences each business day. The Engineer shall direct to Contractor to suspend operations at any time Work Zone Traffic Control is not compliant. The Contractor shall take immediate action to correct the deficiencies. No work shall proceed until the deficiencies are corrected. All Work Zone Traffic Control devices shall be promptly removed when work is complete. All Traffic Control Plans must be approved by the TDOT Engineer in charge of project prior to beginning work. Cost Basis for Traffic ControlCost is requested per day for the following road types:
- Interstate
- Primary road
- Secondary road
P a g e |5 4. SCHEDULING In accordance with the deadlines outlined under theMobiliza�on sec�on, TDOT will coordinae with the Contractor to establish a start date for the work. Once work begins, the Contractor shall proceed on consecu�vebusiness days, exclusive of State recognized holidays and inclement weather,un�l all requesed work is compleedand approved by the TDOT Engineer. Work shall be performed between the hours of 7:00 A.M. and 5:00 P .M. 5. CONTRACTOR RESPONSIBILITY The Conracor shall preparehe worksie in a mannerhaensures safe and ecien opera�ons.The Contractor shall be responsible for the secure transport, handling, and on-site storage of all materials and equipment. Materials shall be stored in a manner that prevents conamina�on, degrada�on, or safey hazards.The Contractor shall take all necessary precau�onso avoid damageo exis�ng srucures, u�li�es,and roadways. Any damage caused byhe Conracor’s opera�ons shall be repaired or replaced at the Contractor’s expense and to he sa�sfac�on of TDOT. If deciencies are iden�ed,he Conracor shall be no�ed in wri�ng and shall correche deciencies wihin a�meframe specied by TDOTat the Contractor’s own cost.Upon comple�on of work,he Conracor shall resorehe sieo is original or an improved condi�on, free of debris, excess maerials, and equipmen. Contractorshall provide documena�on of currenor previous conracs demonsra�ng successful experience, within the last 5 years,wihhe insalla�on of large-scale polypropylene bag barrier systemsincluding deploymen,lling, and sabiliza�on for erosion conrol orood mi�ga�on purposes. 6.FEDERAL PROVISION REQUIREMENT The Contractor shall comply with all applicable federal requirements as outlined in the most recent version of Form FHWA-1273, “Required Contract Provisions for Federal-Aid Consruc�on Contracts,” which is incorporated by reference into this contract and provided as Atachment Oneohis solicia�on. Compliance wihhese provisions is mandaoryo ensurehaany work performed under this contract remains eligible for federal reimbursement.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.