SOLICITATION NOTICE
Y -- Removal of Emergency Levees - SF-1442 and Attachments.
- Notice Date
- 8/19/2011
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES-11-R-0025
- Archive Date
- 9/7/2011
- Point of Contact
- Jesse Onkka, Phone: 6512905444, Christopher G. Dake, Phone: 6512905415
- E-Mail Address
-
Jesse.L.Onkka@usace.army.mil, christopher.dake@us.army.mil
(Jesse.L.Onkka@usace.army.mil, christopher.dake@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SF-1442 and Attachments PDF document. Removal of Emergency Levees Minot Public School Service Buildings Minot City Hall and Public Library Burlington to Minot-King's Court and Rostad's Addition Minot, ND SCOPE OF WORK http://www.hq.usace.army.mil/soh/hqusace_soh.htm. 1. General. The work under this procurement consists of removal of emergency levees constructed during the spring 2011 flood fight in Minot, ND. The work of this contract consists of providing all labor, equipment and materials for removal of emergency levees and associated materials from areas along City Hall, the Minot Public Library, Minot Public School Service Buildings and Burlington King's Court and Rostad's Addition. This work also includes removal of two clay stockpiles. Removal sites are as identified on Attachment 1 (which consists of 3 maps). Before any physical work can be performed in the City of Minot, the contractors, subcontractors, and their employees are required to register at the City of Minot One Stop Contractor Licensing Office, 3416 N. Broadway Minot, North Dakota. Office hours are 9:00 AM to 5:00 PM. The Contracting Officer for this project is Kevin Henricks at the U.S. Army Corps of Engineers, Saint Paul District office. His phone number is 651-290-5414. Any changes to the contract must be approved, in advance, by the Contracting Officer. 2. Location of Materials to Be Removed. Emergency levees to be removed are located on private and public property such as streets, adjacent sidewalks, yards, and boulevards. 3. Notification of Required Clearances. The contractor shall not work in an area (i.e. levee removal area or material disposal site) until an appropriate Right-of-Entry (ROE) for that area has been obtained. The Government is responsible for obtaining the necessary ROEs and will notify the contractor when an ROE for a particular area is obtained. ROEs have been obtained and will be provided to the contractor. 4. Coordination with Other Recovery Efforts. The Contractor shall coordinate its work efforts so as not to interfere with other ongoing recovery efforts by the Corps, the City, FEMA, utility providers or other public authority. The Contractor shall keep the Contracting Officers Representative (COR) promptly and fully apprised of all coordination efforts and any interference or disruption of work encountered. 5. Measurement and Payment. The work of this contract will be measured for payment on a lump sum basis as indicated on the Bid Schedule. 6. Site Inspection. It is the Offeror's responsibility to perform a site visit prior to bidding to become familiar with the quantities, conditions and requirements associated with the removal and cleanup requirements and to determine the level of effort necessary to accomplish all work. The Offeror shall take any necessary measurements and make such computations as are necessary to determine the level of effort required to accomplish a complete emergency levee removal and all associated work (including cleanup, disposal, and site restoration) for all removals required under this contract. 7. Emergency Levee Removal. The contractor shall remove all emergency levee material and any associated debris and other materials on public right of way and private property at the locations shown in Attachment 1 to this solicitation. The contractor shall protect all pre-existing levees during removal operations. The emergency levee removal work involves complete removal of all clay, sandbags, stone, concrete rubble and associated materials on private property and public right of way. Concrete rubble and stone shall be segregated from the clay material and hauled separately to pre-determined staging areas described below and shown on the attachments to this solicitation. Removed clay materials will be transported to either a designated borrow area or a clay stockpile site as specified in this contract. Sandbags will be segregated and hauled separately to the designated sandbag stockpile location. The sandbag stockpile site will be at the Minot Municipal Facility at the end of the road past the Clay material Stockpile area. All other materials such as poly, plastic, wood, etc shall be disposed of in an appropriate landfill; the contractor is responsible for any and all fees and taxes associated with said disposal. On streets, material shall be removed curb to curb, to include street sweeping; sidewalks shall be cleared and swept; and private property and boulevards shall be cleared and raked. At the conclusion of removal and/or placement of clay materials, the site shall be dressed to final grade that matches the grade of the adjacent ground. The placement site will be graded smooth and sloped to drain naturally. The contractor shall be responsible for complying with all applicable stormwater management practices while accomplishing the work. The contractor shall protect any stormwater inlets that are currently visible or uncovered during removal operations from further siltation by the use of cigar bags or other stormwater protective devices acceptable to the Contracting Officer. The Contractor will complete all work, including site cleanup, in accordance with FAR clause 52.211-10. Notice to Proceed will be issued following a preconstruction meeting, with Performance and Payment Bonds due within five (5) calendar days of contract award. 8. Mandatory material placement location. Removed emergency levee clay materials shall be either placed as specified below in existing borrow areas or at a designated stockpile location. The contractor is responsible for providing sufficient appropriate equipment at each borrow area and stockpile site for the handling and placement of material. The contractor shall be responsible for stabilization of both placed and stockpiled materials and for management of stormwater at the placement and stockpile sites. The contractor obtain all necessary permits or clearances related to stormwater management at the clay disposal and stockpile sites and implement all necessary measures to remain in compliance with stormwater requirements throughout the life of the contract. Efforts required for stormwater management may include but are not limited to silt fences, hay bales, etc. Information regarding stormwater management and permitting requirements can be obtained from Mr. Dallas Grossman, Stormwater Program Coordinator, North Dakota Department of Health, at 701-328-5242. For the sites described o Attachment 1, pages 1 and 2, clay material shall be hauled to the Minot airport site. (See Attachment 2) Compaction is not required at this site. If capacity at this site is reached, the remaining clay shall be hauled to the stockpile site at the Minot municipal landfill. Contractor shall coordinate all activities as not to interfere with others using either of these sites. All concrete rubble and stone shall be hauled and stockpiled at designated sites at the Minot Municipal landfill. (See Attachment 2 for locations) Any other materials such as poly, plastic, wood, etc. shall be disposed of in an appropriate landfill. For landfill disposed materials, the contractor is responsible for all landfill charges to include tipping fees and any applicable taxes. c. Material removed from King's Court and Rostad's Addition will be disposed of as indicated on attachment 1, page 3. Disposal areas should be dressed to match surrounding area. 9. Removal of Emergency Levees and Associated Materials at Public Schools Service Buildings; City Hall and the Public Library in the City of Minot; and Burlington to Minot - King's Court and Rostad's Addition. The emergency clay levees and all associated materials shall be removed and disposed of concurrently. See Attachment 1 for details. 10. Meetings. The Contractor shall attend a preconstruction meeting as scheduled by the COR. It is anticipated that this meeting will be held after contract award and prior to notice to proceed. The purpose of this meeting is to discuss construction schedule, safety, work hours, scope of work, and to review other contract requirements. 11. Prosecution of Work. It shall be the responsibility of the Contractor to schedule and execute all work required by this contract and accomplish that work within the prescribed timeframe. The contractor shall submit its schedule for approval by the Government prior to the preconstruction meeting. It is the Contractor's responsibility to erect warning signs, provide flagging services, and take any other safety measures necessary or prudent to safeguard the public. It is the contractor's responsibility to assign the necessary resources to perform the temporary levee removals within the prescribed timeframe. The contractor shall conduct and schedule work operations to minimize impacts to the adjacent property owners. 12. Quality Control. The Contractor shall establish and maintain an effective quality control system so as to be able to fulfill its obligations under the Contract Clause titled "Inspection of Construction". The Quality Control system shall consist of written plans and procedures and the necessary organization to meet the contract requirements. The system shall cover all contract operations and be keyed to the proposed work sequence. The site superintendent shall be a permanent employee of the prime contractor who shall be responsible for, and have the necessary authority, to maintain the quality of work on the job. The contractor shall replace the site superintendant at the direction of the Contracting Officer if, in the discretion of the Contracting Officer, the site superintendent has failed to ensure compliance with all material contract requirements. The site superintendent shall be responsible for all contract activities to include quality, scheduling, production, and safety. The site superintendent must have the full authority of the contractor to take any corrective actions necessary to ensure that the contractor, the contractor's employees, and subcontractors at any tier accomplish all work in compliance with the contract requirements. The site superintendent shall be physically present whenever contract work is ongoing. The contractor shall prepare and submit a Daily Report for each day of work. Reports for the previous day shall be delivered to the government no later than 0800 the following morning. 13. Submittals. Prior to the preconstruction meeting, the contractor will provide a proposed schedule which addresses equipment, methods, material disposal, and haul routes. The Accident Prevention Plan shall also be submitted. 14. Safety. The safety provisions as specified herein refer to the most recent edition of EM 385-1-1 to include any changes in place at the time of contract advertisement. The latest edition of EM 385-1-1 may be accessed at Accident Investigations and Reporting Accident Prevention Program Before initiation of work, an interim site specific, Accident Prevention Plan (APP) with appropriate appendices written in English by the Prime Contractor for the specific work and hazards of the contract, and implementing in detail the pertinent requirements of the most recent edition of EM 385-1-1, must be submitted reviewed and found acceptable by the COR. APPs shall be developed and submitted by the Contractor in the formats provided in Appendix A of the appropriate edition of EM 385-1-1. The Contractor shall address each of the elements/sub-elements in the outline contained in Appendix A in the order that they are provided in the Manual. If by the nature of the work an item is not applicable, the Contractor will so state and provide an explanation for why that element/sub-element is not applicable. The APP (including the interim-APP) will be developed by qualified personnel and will be signed in accordance with Appendix A.1 of EM 385-1-1. The Contractor shall be responsible for documenting the qualified person's credentials. The Contractor's APP will be job-specific and will include work to be performed by subcontractors and measures to be taken by the Contractor to control all hazards associated with the contract work. A Site Safety and Health Officer (SSHO) shall be provided at the work site at all times to perform safety and occupational health management, surveillance, inspections, and safety enforcement for the Contractor. The site shift project superintendent can be the SSHO on this project. The SSHO shall have a minimum of 5 years safety work on similar projects and have completed the 30 hour OSHA Construction safety class or equivalent within the last 5 years.. Contractor may begin work with an abbreviated Accident Prevention Plan approved by the COR. Within 10 days of receipt of award of the contract, four copies of the Accident Prevention Program shall be submitted to the Contracting Officer for review and approval.. Refer to EM 385- 1-1, Section 01.D. Accidents shall be investigated and reports completed by the immediate supervisor of the employee(s) involved and reported to the Contracting Officer or his/her representative immediately and the accident report submitted on Eng Form 3394 within one working day after the accident occurs. All data reported must be complete, timely and accurate. A follow-up report shall be submitted when the estimated lost time days differs from the actual lost time days. 15. Clean-up / Restoration. The contractor shall be responsible for clean-up of all work areas, including but not limited to curb to curb surface cleaning, sweeping of sidewalks, and raking of boulevards and private property. 16. Evaluation of Offers and Award of Contracts. The Government will evaluate offers on the basis of price, past performance, and schedule of performance. The Government intends to award a single contract in response to this solicitation to the technically acceptable offeror proposing the lowest overall evaluated price. The Government intends to make an award decision without discussions. ATTACHMENTS: City of Minot, ND - Emergency Levee Location Map - Public School Service Buildings; Minot Library and Minot City Hall and Ward County, King's Court and Rostad's Addition Minot Municipal Landfill - Concrete/Rubble, Sand-bag, and Clay Stockpile Location Map
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-11-R-0025/listing.html)
- Place of Performance
- Address: 3416 N. Broadway, Minot, North Dakota, 58703, United States
- Zip Code: 58703
- Zip Code: 58703
- Record
- SN02541704-W 20110821/110819235205-b30049bfa6b9097ee1d003e1caeefb56 (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 |