SOLICITATION NOTICE
C -- Construct/Install Fence at Chief Joseph Dam Project Office
- Notice Date
- 4/12/2006
- Notice Type
- Solicitation Notice
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-06-Q-0073
- Response Due
- 4/28/2006
- Archive Date
- 6/27/2006
- Small Business Set-Aside
- N/A
- Description
- Closing time for this Solicitation is 11:00 AM on Friday 28 April 2006. SECTION 01000 STATEMENT OF WORK PROVIDE SITE FE-6 FENCING CHIEF JOSEPH DAM BRIDGEPORT, WASHINGTON March 15, 2006 1. Description of Work: This project includes labor, equipment, and materials necessary to provide approximately 158 linear feet of site security fencing per the following Statement Of Work and drawings per all applicable Federal, State, and local codes a nd regulations as follows: 2. Area is located at Chief Joseph Dam, Bridgeport, Washington. 3. The principle items of work to be accomplished are as follows: 3.1 GENERAL: The contractor shall provide new FE-6 security fencing per the attached drawings and specifications in the following areas: 3.1.1 BID ITEM 0001: 3.1.1.1 Contractor shall provide a 10 (approximate) long fence section to match the existing crash gate (Ampli-mesh) from the removable stanchion to the existing guardrail. The new fence shall be secured to the existing asphalt and be removable. The contr actor shall provide approximately 123 linear feet of FE-6 fence from the termination of the newly constructed fence to the bone yard fence. The new fencing shall connect to the existing bone yard fence to prevent personnel access. 3.1.1.2 The contractor shall provide new FE-6 fence in a U shape around the back of the Left abutment crash gate operator. Fence measurements are approximately 5 x 7 x 5. The new fence shall include a 3 wide personnel gate. 3.1.1.3 The contractor shall provide a new straight 8 long section of FE-6 fence with 3 wide personnel gate enclosing the end of the Right abutment crash gate operator. Fencing shall be secured to the existing concrete base and concrete walls. 3.1.1.4 The contractor shall submit shop drawings of all fence connections to existing concrete or asphalt. 3.1.1.5 All gates shall be furnished with a hasp mechanism to accept a padlock (by others). 3.1.1.6 The contractor should note that during installation the contractor will encounter surface and subsurface indigenous rock. 3.1.2 OPTION ITEM 0002: 3.1.2.1 The contractor shall provide approximately 780 linear feet of new FE-6 fence with one 8 wide swing gate from the new front gate running West along the existing asphalt parking lot and then North to the rivers edge. The new swing gate shall be inst alled at the entrance to the picnic facility. Fence shall terminate at the rives edge with a 5 long section protruding out over the rivers surface. Bottom elevation of fence shall be coordinated with the government representative so that the fence will no t contact the water at high flows. 3.2 CONSTRUCTION PHASING AND RESTRICTIONS: The following phasing and restriction related issues many affect the work: 3.2.1 The Contractor shall observe all local, state, and federal regulations while performing this contract and all construction will meet or exceed applicable industry standards. 3.2.2 The contractor shall attend a pre-work meeting presided by the C.O.E Project Lead prior to commencing construction activities. The contractor shall submit a construction schedule at that meeting for government approval unless these items have been p reviously approved by the government. The schedule shall be in sufficient detail to identify all aspects of the work including outages. The schedule shall show project tasks with durations, start and finish times. 3.3 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS. 3.3.1 The Government shall make available to the Contractor, from existing outlets and supplies, reasonable amounts of potable water without charge. The Contractor shall conserve potable water furnished. 3.3.2 Subject to available supply, reasonable amounts of electric current shall be made available by the Government, without charge, to the Contractor for performing work at the work area. The Contractor shall carefully conserve electricity furnished. 3.3.3 A staging area shall be provided for the contractor as directed by the COR. 3.3.4 Work shall be performed between the hours of 7:30 AM and 5:30 PM Monday through Thursday unless an alternate work schedule is approved by the COR. 3.3.5 The Contractor is responsible for security of his own property and security of government property when construction activities affect existing security measures. 3.4 SUBMITTALS: 3.4.1 All items listed below or required per the contract specification shall be submitted for review or approval as indicated. Any proposal deviations to the design shall be submitted for approval prior to installation. ENG Form 4025 shall accompany all submittals. Spec Section Activity Submittal SOW Shop drawings for fencing connections to existing concrete and asphalt. Site Visit Information: One time site visit is scheduled for Tuesday, 25 April 2006, at 11:00 AM Local Time at Chief Joseph Dam Project Office, Highway 17, Pearl Hill Road, Bridgeport, WA 98813. 3.6 PERFORMANCE PERIOD: 3.6.1 The Contractor shall be required to commence work under this Purchase Order within 10 calendar days after the date the Contractor receives the notice to proceed and complete all work under the Base Bid Item of this contract, including final cleanup o f the premises, within 45 calendar days after Notice to Proceed.
- Place of Performance
- Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Country: US
- Zip Code: 98124-3755
- Record
- SN01026757-W 20060414/060412221803 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |