Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
MODIFICATION

Y -- Culvert Replacement on Honey Creek at Ft Riley KS.

Notice Date
2/28/2011
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Fort Riley DOC, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX11T0008
 
Response Due
3/2/2011
 
Archive Date
5/1/2011
 
Point of Contact
Ronald Kabat, 785-239-1001
 
E-Mail Address
Fort Riley DOC
(ronald.kabat@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Section C Scope of Work 1. The Contractor shall furnish all labor and any necessary equipment to install Government furnished, pre-cast box culverts for a tank trail crossing over Honey Creek at Fort Riley, Kansas. Technical Exhibit 1 indicates the project site. 2. The Contractor shall submit two proposals for the project. Proposal one shall be for the installation of pre-cast culverts delivered to the construction site prior to the project commencing. Proposal two shall be for both the transportation of the pre-cast culverts from a location on Fort Riley approximately 12 miles from the construction site and the installation of the pre-cast culverts after transport. The Government will accept the proposal that is in its best interest. 3. The Government will provide the Contractor with two paper sets of plans. The plans are not to scale and are for general guidance. The Contractor shall return one set of plans with "as constructed" to note any field changes to the Government within 5 business days of completion of the project. 4. An electronic copy of the plans is located at Technical Exhibit 2. Potential bidders may obtain a paper copy of the plans by contacting Mr. Mike Houck, Biologist, at 785-239-2537. 5. The Government will provide basic staking of the construction site based on the plans and on-site conditions at time of construction. 6. The Contractor shall remove the existing metal culvert and install pre-cast box culverts following normal industry standards at the location noted on the plans and staked at the site. 7. The Contractor shall insure the new pre-cast culverts are installed in a matter that does not alter the streambed gradient. As per drawing, the Contractor shall set one or two culverts below the natural streambed gradient to allow for natural stream flow. The finished installation shall allow fish passage and shall not back normal water flow upstream of the structure, shall not create any measurable plunge pool on the downstream side, and shall not create a ponded or pooled situation over the face of the crossing. The Contractor shall set the additional culverts above the lower culvert(s) level to handle high flow periods. 8. The Contractor shall install a concrete cap above the lower culvert(s) that shall create a level surface over the entire culvert system. 9. The Contractor shall use any rock and soil material removed from the existing roadbed site to cover the culverts. Road surface material will be removed and used to resurface the road after construction is completed. If additional cover is required, the Government, working with the Contractor, will designate a borrow site near the construction site. 10. The Contractor shall install appropriate size rock on each culvert face or adjacent slopes to reduce future erosion potential. Translocated rock obtained on-site may be used for this activity. During any activities utilizing translocated rock, extreme caution should be exercised to avoid damage to the natural stream channel and its habitat. If rock retrieval from the downstream channel is determined likely to adversely impact habitat within the stream channel or addition rock is required, the Contractor shall obtain new rock from an off-installation quarry. 11. The Contractor shall deposit the existing culvert at a location to be designated by the Contracting Officer's Representative (COR) during final staking. The Government will be responsible for final deposition of the culvert. 12. The Contractor shall not conduct construction activities below the water's surface in Honey Creek during the Topeka shiner spawning period of May 15 to July 31. inclusive. 13. The Contractor shall notify the Contracting Officer's Representative (COR) at least 10 days prior to construction. The COR is responsible for notifying the United States Fish and Wildlife Service Field Office in advance of any activities which have the potential to affect any Topeka shiner habitat. 14. The Contractor shall only install those roads and ramps necessary to install the pre-cast culverts. The Contractor shall only reshape the channel is necessary to direct the natural flow to the culvert location. The Contractor shall install erosion control structures as necessary to minimize downstream sedimentation during all activities. 15. The Contractor shall clear only those trees, brush, and other debris necessary to install the culverts and access the streambed. Trees, brush, and debris shall be piled in such a manner as not to obstruct stream flow nor block current access route. 16. The Contractor shall implement and maintain best management practices for erosion control throughout the duration of all project activities located in runoff areas to the stream. 17. The Contractor shall provide seeding and/or mulching within all stream runoff areas as soon as grading allow, following the end of construction. 18. The Contractor shall locate storage facilities for petroleum products, fuels, and other chemicals so that discharge and runoff into stream is not possible. 19. The Contractor shall make all efforts to complete all work in a timely manner so that traffic on roadway is not closed for extended periods of time. The Contractor shall provide signage on roadway when road is closed during construction. The Contractor shall notify the Contracting Officer's Representative (COR) when roadway is scheduled for closure. 20. The Contractor shall make all efforts not to block roadway when construction site is inactive. 21. The Contractor shall coordinator with the Contracting Officer's Representative (COR) to determine the dates available for construction. Military training takes precedence over the work to be performed in this contract. 22. If prehistoric or historic archeological deposits or human remains are discovered during the course of this contract, the Contractor shall immediately suspend work. The Cultural Resources Manager or his/her representative, Directorate of Public Work, notified as soon as possible. The Fort Riley Cultural Resources Management Staff will evaluate the significance of the find and provide the Contracting Officer and COR guidance. The Cultural Resources Manager can be reached at 785-239-3976/785-239-6211. 23. The Contractor shall complete all work on this contract by October 1, 2011 unless an extension is granted by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e59fd68251d75357466f5e366bfb2cbd)
 
Place of Performance
Address: Fort Riley DOC 1792 12th Street, Fort Riley KS
Zip Code: 66442
 
Record
SN02389612-W 20110302/110228234644-e59fd68251d75357466f5e366bfb2cbd (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 |
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.