SOLICITATION NOTICE
19 -- Culvert and Ditch Maintenance
- Notice Date
- 6/19/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Forest Service, R-1 Custer National Forest, 1310 Main Street, Billings, MT, 59105
- ZIP Code
- 59105
- Solicitation Number
- R1-08-02-34
- Response Due
- 6/21/2002
- Archive Date
- 7/24/2002
- Point of Contact
- Brenda Pretty Paint, Procurement Technician, Phone 406-657-6205 x216, Fax 406-657-6222, - Linda Spitzler, Contracting Officer, Phone 4066576200, Fax 4066576222,
- E-Mail Address
-
bprettypaint@fs.fed.us, lmspitzler@fs.fed.us
- Small Business Set-Aside
- Total Small Business
- Description
- CROOKED CREEK DRAINAGE MAINTENANCE BEARTOOTH RANGER DISTRICT CUSTER NATIONAL FOREST CARBON COUNTY, MONTANA SCHEDULE OF ITEMS ITEM 1 - BEARTOOTH RANGER DISTRICT Note: The offeror must provide a price for all sub-items in an item in order to be responsive. PayItem,Description, Method of Measurement,Pay Unit Estimated, Quantity,Unit Price, Total Price: 1A In Place Culvert and Catch basin cleaning. AQ Each 38 $________ $________ 1B Road Blading-Single Lane with Turnouts DQ Mile 9.8 $________ $________ 1C Extend 18 inch CMP, 4ft per CMP. AQ Each 2 $________ $________ 1D Mobilization LSQ LS 1 $________ Total Quote: $________ Designated Method of Measurement; DQ = Design Quantity ; AQ = Actual Quantity; LSQ = Lump Sum Quantity DESCRIPTION AND SPECIFICATIONS, PROJECT DESCRIPTION AND LOCATION. Scope of Work. This project consists of drainage maintenance of the Crooked Creek Road #23085. The services required by this contract are for furnishing all labor, equipment, supervision, transportation, operating supplies, and incidentals necessary to accomplish the following: Pull ditch and blade the surface of the road, clean and reestablish the existing culvert catch basins, and clean all culverts, in place, in compliance with the terms, conditions, specifications, and provisions of the contract. Catch basin and culvert cleaning shall be accomplished, in place, with a Hydro-Vac truck or other approved method. The road blading work to be performed shall include blading and shaping of the road traveled way and shoulders, cleaning and shaping the drainage ditches. Additional work will be required to drain the mud holes along the road. Project Location. The project is located on the Pryor Mountain Unit of Beartooth Ranger District, Custer National Forest, with district office in Red Lodge, MT. Pre-Bid Tour. No pre-bid tour will be conducted. Bidders are encouraged to visit the sites. Persons interested in viewing the projects on their own may obtain directional information from the District Office in Red Lodge, MT, telephone 406-446-2103. Estimated Start Date/Period of Performance. It is estimated that work will begin in July of 2002, as weather permits. Contract time is 20 calendar days. Government furnished materials. None Work Scheduling. The Contractor shall supply a work schedule before starting the project. The Contractor shall notify the Contracting Officer, 24 hours in advance of changes in their proposed work schedule. SPECIFICATIONS Equipment. All equipment used under this contract shall be of sufficient size and in such mechanical condition to ensure that the work performed complies with specifications and requirements of this contract. The pieces of equipment used shall be: A motor grader, tandem drive, 125 DBHP or more with moldboard not less than 12 feet in length. A truck with a hydro-vac unit, with water pressures of 2000PSI and air pressure at 200 pounds, capable of removing compacted soil from culvert catch basins and culverts without removing the structure. This equipment shall meet all Occupational Safety and Health Act (OSHA) requirements. Repairs, parts, and mechanical labor shall be at Contractor's expense. Repairs shall be made promptly and equipment returned to use within 24 hours after breakdown. In lieu of repairing equipment, contractor may furnish similar replacement equipment within the time specified. Each piece of equipment shall have a chemical fire extinguisher meeting one of the following specifications: 2 1/2 pound size or larger dry chemical type; 4 pound size or larger carbon dioxide type. Each grader shall have one serviceable round point shovel. Extinguisher and shovel shall be mounted as to be readily available. Operators. The operators must exercise due caution and care when working to prevent undue conflict with public users of the roads. Warning Signs. The Contractor shall post warning signs on both ends of the road section being worked to warn road users of the work in progress. All signs shall conform to Section 6B-25 of the, Manual on Uniform Traffic Control Devices, as shown on Exhibit 1. Signs will be moved, not to precede the work area more than 1/4 mile. Signs shall be posted only when equipment is actually working. A reflectorized, slow moving vehicle, emblem shall be attached to all pieces of equipment. Berms left overnight or over weekends, due to weather or breakdown, shall be posted as a hazard and visibly illuminated at night in accordance with the, Manual on Uniform Traffic Control Devices. Pollution and Erosion Control. During all operations under this contract, the Contractor shall exercise reasonable measures to direct surface runoff water to stabilized waterways and to keep the drainage systems functioning effectively to prevent or minimize soil erosion and pollution of water and other resources. All refuse, including garbage, rubbish, and solid or liquid wastes from the Contractor's operations, including camps, parking areas, and equipment maintenance areas shall be stored and collected in a sanitary manner and disposed of in a State approved sanitary landfill. Soil removed from the culverts shall be placed on or alongside the road, as directed by the COR. Prosecution of Work. The Contractor's blading operations shall not continue when moisture conditions are not favorable for obtaining a satisfactory result. Suitable moisture conditions are determined to be in excess of five (5) percent and less than fifteen (15) percent unless otherwise authorized by the COR. When suitable moisture conditions exist, the Contractor shall proceed with blading and shaping within five days of notification by the COR. Failure of the Contractor to resume work within the specified time could subject the Contractor's right to proceed to immediate termination. TECHNICAL SPECIFICATIONS Description - Road blading shall consist of the blading and shaping of the roadbed, including shoulders and turnouts, cleaning and shaping the drainage ditches, grade dips and water bars, to restore and maintain the original cross section and grade of the road, and includes removing ruts, washes, slough and other irregularities that prevent normal runoff from the road surface. The hydro-vac unit shall remove silt and washed-in material from culvert catch basins back to their original grade line. Material in the culverts shall be removed from their entire length, and the outlet shall be free flowing. This cleaning shall be accomplished with the structures, in place. The Contractor shall not be allowed to wash or flush this material thru the culvert and onto the ground. Material removed from the culverts and catch basins will be captured and placed as directed by the COR. Methods - Blading A. Blading and shaping operations shall be performed in such a manner as to conserve existing materials. Blading of aggregate surfaced portions of the road shall be performed in such a manner that the base is not disturbed and no surface material is lost either in ditches or over the road shoulders. Blading on unsurfaced roads shall be performed in such a manner that no base material is lost. B. All ruts, chuckholes, and washes shall be removed by cutting to the bottom of such defects to provide for uniform compaction of roadbed material. High blading, which is merely filling the depressions with loose material, will not be acceptable. C. Settlement sections shall be repaired insofar as practicable by cutting from the roadbed on each end of the settled area and filling into the settled area to provide smooth transitions to adjacent road grades. D. Blading and shaping operations shall not undercut road backslopes. E. Surface material shall be bladed from one edge of the road to the other in a berm in order to eliminate any segregation prior to spreading. Sections having segregated materials after spreading shall be reprocessed and spread. F. On road sections constructed with a roadside ditch, the roadbed blading and shaping operations shall be performed so as to maintain crown at the centerline of the roadbed, except on curves where crown is omitted. Road cross section shall slope uniformly both ways from the crown apex to the shoulders at a minimum grade of two percent and a maximum grade of six percent. G. Road sections constructed without a roadside ditch shall be uniformly outsloped the entire width of the roadbed. The slope grade shall be a minimum of two percent and a maximum of five percent. Roads shall not be insloped unless approved in writing by the Contracting Officer. H. Existing drainage dips shall be cleaned and the outslope grade restored to equal or exceed the gradient of the road. I. On aggregate surfaced sections of the road, slough may be bladed across the road, provided it is not deposited in chuckholes, washes or ruts in the road surface. Such material shall be sidecast on stable fill slopes or natural ground out of streams, streambeds or other waterways. Care must be exercised so as not to contaminate the aggregate surface. J. Loose material located along the outside shoulder and along the ditch line of the road shall be salvaged and incorporated into the roadbed by windrowing on the road prior to shaping. The ditches shall be pulled and the material incorporated into the roadbed. Oversized material shall be feathered to the outside shoulder of the road so that there will be no berm or ridge in the completed road section. K. Widened roadway sections at curves, fills, and turnouts shall also be included with the blading of the roadway. The shoulder line shall be definite, continuous, and smooth, with no abrupt changes in alignment. Blading shall be done in such a manner to neither widen nor narrow the existing roadway. L. Existing aggregate surfacing material shall be bladed so as to conserve suitable surface material. Blading shall not be performed unless sufficient moisture is present to prevent segregation or enable compaction and/or blading shall not be performed when excess moisture prevents proper blending and compaction, as determined by the Contracting Officer and/or COR. M. Wood, rocks, and other debris shall be removed from roadside drainage ditches to provide unobstructed flow of water. The back slope of the ditch shall not be undercut by ditch cleaning operations. The slope to the road shoulder shall be maintained at an approximate ratio of 3:1 from the bottom of the ditch to the edge of the roadbed. Typical depth of roadside drainage ditches is one foot below roadbed. Existing ditch blocks shall be retained and reshaped as needed. N. Rocks or other material remaining on the roadway surface after the final blading that fail to pass through a 3 inch sieve shall be removed (by hand if necessary) and side cast on the downhill road slope or disposed of as otherwise agreed. O. Cattleguards shall be left clean. No additional material may be deposited in the cattleguard. P. At the conclusion of the blading and shaping operations, the roadbed shall be smoothed and dressed up to produce a uniform grade and cross section, and a surface free of hollows, depressions and projections above the adjacent roadbed surface. No berm or ridge of any material shall be left along either shoulder of the roadbed unless directed by the Contracting Officer's Representative. OFFERORS SHALL FURNISH THE FOLLOWING INFORMATION AS IT PERTAINS TO THIS INVITATION FOR BIDS. (a) Furnish the following experience information: (1) How many years experience as a prime Contractor do you have in this type of work? ___________________________________________________________________________ (2) List below your contract experience over the past 3 years. Contract Amount Type of Project Date Completed Name, Address, and Telephone No. of Owner/Person to Contact for Project Information _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ (b) Furnish the following equipment information: (1) List below the major equipment that will be utilized full time on this project: Number Equipment Type Description, Size,Capacity, etc. Condition Owned Or Rented _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ Full text of a clause may be obtained electronically via the following internet address: http://www.arent.gov/far. The provisions at 52.212-1, Instructions to Offerors Commercial (Oct. 2000), applies to the acquisition. Offerors must include a completed copy of the provisions at 52.212.3, Offeror Representations and Certifications-Commercial Items (Feb 2001), with its offer. Note appropriate AGAR changes. The clause at 52.212.4, Contract Terms and Conditions-Commercial Items (Feb. 2002) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2002) applies to this acquisition Check clauses in paragraph b as follows: 5, 11, 12,13,14,25. No other additional contract requirement (s) or terms and conditions are applicable. No Defense Priorities and Allocations Systems (DPAS) rating are assigned. Commerce Business Daily numbered notes are applicable to this acquisition as follows: **Numbered note 1. Quotes are due __07/09/02___by close of business. Quotes must be sent to: USDA Forest Service, Custer National Forest-Attn: Contracting, 1310 Main Street, Billings, MT 59105. The individual to contact for information regarding this request is Linda M. Spitzler at 406-657-6205x230.
- Place of Performance
- Address: Beartooth Ranger District, Red Lodge, MT
- Record
- SN00095827-W 20020621/020619213302 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |