Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2012 FBO #3854
MODIFICATION

38 -- Directional Boring

Notice Date
6/11/2012
 
Notice Type
Modification/Amendment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-12-R-0036
 
Point of Contact
Olen R. Northern, Phone: 9077532525, Justin L. DeArmond, Phone: 907-753-2548
 
E-Mail Address
olen.r.northern@usace.army.mil, justin.l.dearmond@usace.army.mil
(olen.r.northern@usace.army.mil, justin.l.dearmond@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Bid Schedule Chena Fiber Optic Road Borings May 29, 2012 North Pole, Alaska Item Description Quantity Unit Unit Price Amount 1 Mobilization/Demobilization 1 Lump Sum tiny_mce_marker_____ tiny_mce_marker_____ 2 Crossing 1 1 Lump Sum tiny_mce_marker_____ tiny_mce_marker_____ Option 1 Crossing 2 1 Lump Sum tiny_mce_marker_____ tiny_mce_marker_____ Option 2 Crossing 3 1 Lump Sum tiny_mce_marker_____ tiny_mce_marker_____ Option 3 Crossing 4 1 Lump Sum tiny_mce_marker_____ tiny_mce_marker_____ Total: tiny_mce_marker_____   Scope of Work ROAD BORING SERVICES Chena Fiber Optic Road Borings May 29, 2012 North Pole, Alaska 1.0 GENERAL The U.S. Army Corps of Engineers - Alaska District (USACE-AD) is installing a fiber optic line on the Moose Creek Dam project in North Pole, Alaska. This scope of work will accomplish directional drilling under three (3) roads and one (1) seepage collector channel. Locations of crossings can be found on Figures 2 and 3. The USACE-AD will provide locations of where the drilling shall start and excavate opening if necessary to start directional drilling operations. The Drill Contractor shall provide all associated materials, labor, supplies, hazardous and toxic waste (HTW) spill clean-up supplies, drill rig, and support equipment to perform the planned work. 1.1 LOCATION OF WORK The Chena Fiber Optic project is located at the Moose Creek Dam which is part of the Chena River Lakes Flood Control Project in North Pole, Alaska southeast of Fairbanks. A project location and vicinity map is presented in the enclosed Figure 1. The Contractor should expect to encounter fill soils, silts, sands, and gravels with an occasional cobble. The fill and native soils are generally loose to dense. Borings will start at a point indicated by USACE personnel. Conditions may require different drill carriages (track or truck-mounted) and the contractor is responsible for mobilizing the most appropriate drill for the conditions at the site. 2.0 STATEMENT OF WORK The Contractor shall furnish an experienced driller and drill helper, drill rig, equipment, transportation, and materials necessary to complete the following work: Provide the directional boring of one (1) crossings with three (3) optional crossings along the Moose Creek Dam. Each crossing shall be with an minimum of 8" HDPE or equivalent pipe that is able to fit two (2) three-inch diameter inner ducts for fiber optic cable. Each boring shall progress to a minimum of four (4) feet below road crossings and ten (10) feet below the seepage channel and then back to the surface. All borings shall not damage the geotextile fabric on the side slopes of the seepage collector channel when in proximity to the channel. Figure 4 shows a typical cross-section of what is expected when boring under roads and the seepage collector channel. Crossing Crossing type Approximate distance across (feet) Minimum Depth of boring under crossing (feet) Crossing 1 Seepage Channel 400 10 Crossing 2 Paved bike path/ gravel road 60 4 Crossing 3 Paved road 180 4 Crossing 4 Gravel road 180 4 The Contractor shall limit rutting or damage to the existing ground surface to the extent possible and is liable for any needed repair. Any cuttings produced from drilling shall be spread out so as to not create any "ant hills". The contractor is responsible for doing utility locates at boring locations and is expected to hire a private locator as well as confer with Chena project office personnel (Bill Davis) to ensure that no utilities are damaged during operations. 3.0 SAFETY The Contractor is responsible for the safety of his and the subcontractor's personnel, equipment, materials, and the public at all times. The contractor shall perform all work in accordance with the latest version the U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1. Upon selection, the Contractor will be required to submit a site specific safety and accident prevention plan in accordance with EM 385-1-1. A description of all methods and procedures that will be utilized to ensure safe operations will be included in the safety plan. No work shall be performed until these plans have been approved by USACE-AD. SCHEDULE IS CHANGED FROM: 4.0 SCHEDULE This work is anticipated to commence 15 June 2012. The notice to proceed will be coordinated with the USACE-AD. The Contractor shall be able to start fieldwork not more than five (5) days after the notice to proceed. Final schedule and site access will be coordinated with the government after notice to proceed and before the commencement of drilling operations. The contractor shall complete work including final cleanup of premises within 45 days of notice to proceed. SCHEDULE IS CHANGED TO: 4.0 SCHEDULE This work is anticipated to commence 20 June 2012. The notice to proceed will be coordinated with the USACE-AD. The Contractor shall be able to start fieldwork not more than five (5) days after the notice to proceed. Final schedule and site access will be coordinated with the government after notice to proceed and before the commencement of drilling operations. The contractor shall complete work including final cleanup of premises within 45 days of notice to proceed. 5.0 MEASUREMENT AND PAYMENT The measurement and payment for this project will be broken down into the following items: (1) Mobilization/Demobilization: a. Measurement: Mobilization/demobilization for the drill rig, personnel, and all materials and equipment shall be measured as a job item. b. Payment: Payment will be made at the contract job price under Bid Item 1 "Mobilization/Demobilization". This price and payment will represent full compensation for mobilization/demobilization, including mobilization/demobilization for all options/crossings. (2) Crossing 1: a. Measurement: Measurement for drilling shall be made for the base bid item "Crossing 1" that includes one eight-inch directional boring of HDPE that passes under the Seepage Collector Channel a minimum of ten (10) feet below the lowest point in the channel at the point of crossing. Measurement shall be for the competed boring with plastic sealed ends on either side so that water or other debris cannot enter the pipe. b. Payment: Payment will be made at the contract price for the base bid item "Crossing 1" (Bid Item 2) for actual completion of boring. This price and payment will constitute full compensation for the drilling. The "Crossing 1" prices will include all equipment costs, material, per diem and wages for the drill personnel, overhead, and all other costs associated with the drilling operation. (3) Crossing 2: a. Measurement: Measurement for drilling shall be made for the base bid item "Crossing 2" that includes one eight-inch directional boring of HDPE that passes under the paved bike path a minimum of four (4) feet below the centerline of the path. Measurement shall be for the competed boring with plastic sealed ends on either side so that water or other debris cannot enter the pipe. b. Payment: Payment will be made at the contract price for the base bid item "Crossing 2" (Bid Option 1) for actual completion of boring. This price and payment will constitute full compensation for the drilling. The "Crossing 2" prices will include all equipment costs, material, per diem and wages for the drill personnel, overhead, and all other costs associated with the drilling operation. (4) Crossing 3: a. Measurement: Measurement for drilling shall be made for the base bid item "Crossing 3" that includes one eight-inch directional boring of HDPE that passes under the paved road a minimum of four (4) feet below the centerline of the pavement. Measurement shall be for the competed boring with plastic sealed ends on either side so that water or other debris cannot enter the pipe. b. Payment: Payment will be made at the contract price for the base bid item "Crossing 3" (Bid Option 2) for actual completion of boring. This price and payment will constitute full compensation for the drilling. The "Crossing 3" prices will include all equipment costs, material, per diem and wages for the drill personnel, overhead, and all other costs associated with the drilling operation. (5) Crossing 4: a. Measurement: Measurement for drilling shall be made for the base bid item "Crossing 4" that includes one eight-inch directional boring of HDPE that passes under the gravel access road a minimum of four (4) feet below the centerline of the road. Measurement shall be for the competed boring with plastic sealed ends on either side so that water or other debris cannot enter the pipe. b. Payment: Payment will be made at the contract price for the base bid item "Crossing 4" (Bid Option 3) for actual completion of boring. This price and payment will constitute full compensation for the drilling. The "Crossing 4" prices will include all equipment costs, material, per diem and wages for the drill personnel, overhead, and all other costs associated with the drilling operation. 6.0 CONTRACT AWARD Award shall be based upon the lowest total bid. See Provision 52.212-2 Evaluation--Commercial Items (JAN 1999). This contract shall be awarded on a unit price basis. Quantities and work shall be paid on units completed. 7.0 TECHNICAL POINT OF CONTACT All technical questions regarding this scope of work shall be addressed to Coleman Chalup at USACE-AD. He can be reached by telephone at 907-753-2686 or by email at coleman.j.chalup@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-12-R-0036/listing.html)
 
Place of Performance
Address: North Pole, Chena Alaska, Alaska, United States
 
Record
SN02771723-W 20120613/120611234711-d1e8df3a8dd7ad645b5bf8ee951fcfba (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.