MODIFICATION
Y -- Renwick Dam Rehabilitation, Phase 2
- Notice Date
- 7/3/2012
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, North Dakota State Office, 220 Rosser Avenue, Room 278, Bismarck, North Dakota, 58501
- ZIP Code
- 58501
- Solicitation Number
- AG-6633-S-12-0013
- Archive Date
- 11/30/2012
- Point of Contact
- Linda K McArthur, Phone: 701-530-2010, Pamela L. Schell, Phone: 701-530-2014
- E-Mail Address
-
linda.mcarthur@nd.usda.gov, pam.schell@nd.usda.gov
(linda.mcarthur@nd.usda.gov, pam.schell@nd.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- PROJECT NAME: Renwick Dam Rehabilitation, Phase 2 ESTIMATED PRICE RANGE: Between $5,000,000 - $10,000,000 LOCATION: Pembina County, North Dakota SUMMARY: This project is for the Renwick Dam Rehabilitation Phase 2, Pembina County, North Dakota. Project consists of installing approximately a 500 foot wide structural spillway over the embankment at Renwick Dam, using conventional reinforced concrete and air-entrained roller compacted concrete. Some of the work items consist of: Structure Removal, Principal Spillway Trash Racks and Appurtenances; Pollution Control; Temporary Seeding Cover; Seeding of Embankment and Roadway Areas; Erosion Control Blankets, Embankment and Roadway Areas; Seeding and Mulching Prairie Upland Areas; Seeding and Mulching, Downstream Flooplain; Construction Surveys; Mobilization and Demobilization; Traffic Control; Water for Construction; Removal of Water, Foundation Dewatering; Removal of Water, Diverting Surface Water; Excavation, Common, Work Area Stripping; Excavation, Common, RCC Spillway; Excavation, Common, Miscellaneous; Excavation, Common, Roadway; Earthfill, Temporary Coffer Dam, Class A; Earthfill, Embankment, Class A; Fine Drainfill; Coarse Drainfill; Topsoiling; Concrete, Class 2500, Spillway Working Slabs; Concrete, Class 5000, Spillway Retaining Walls; Concrete, Class 4000, Roadway Curb; Steel Reinforcement; Air-Entrained Roller Compacted Concrete, Test Section; Air-Entrained Roller Compacted Concrete, Spillway; Air-Entrained Roller Compacted Concrete, Roadway; Portland Cement for AERCC; Pozzolan for AERCC; 15-inch Dia. Reinforced Concrete Pipe; 15-inch Dia. Reinforced Concrete Pipe End Sections; Concrete Inlet Box with Grating for 15-inch Dia. Reinforced Concrete Pipe; 6-inch Dia. Solid PVC Pipe, SDR 17; 8-inch Dia. Slotted PVC Pipe, SDR 17; 8-inch Dia. Solid PVC Pipe, SDR 17; 12-inch Dia. CM Pipe Drain Cleanout Covers; Rock Riprap; Gravel Bedding; Metal Fabrication, Animal Guards; Metal Fabrication, Principal Spillway Plates and Trash Racks; Chain Link Fencing; Contractor Quality Control; Field Office, Type B; Roadway Granular Base; 3-Cable Guardrail; AERCC Petrographic Analysis; Clearing, Class C; and Excavation, Unclassified, Spoil Removal. TIME FRAMES/DATE: Performance time, including mobilization and demobilization and days for inclement weather is 658 calendar days assuming 10 hour work-days 5 days a week and seasonal shutdown of Dec 1 through April 30. Prospective contractors must have a Data Universal Numbering System (DUNS) number. A DUNS number can be obtained by calling the Dun and Bradstreet at 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. Prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration can be completed at the CCR Web site at http://www.ccr.gov. Prospective contractors must complete the annual representative and certifications electronically via the Online Representation and Certifications Application (ORCA). Registration can be completed at the ORCA web site at http://orca.bpn.gov. Bid opening is September 4, 2012 at 1:00 p.m. CST. A site showing is being planned for August 21, 2012. Additional information on the site visit will be in the solicitation package that will be posted around July 27, 2012. PLEASE NOTE : There shall be a supervisor who is responsible for all aspects of the AERCC operation and a plant operator who is solely responsible for batching and mixing. The supervisor and the plant operator shall have responsible experience on at least two previous RCC jobs, with AERCC quantities equal to or greater than the quantity specified in Section 22, in the same position for which they are being considered for the current job. There shall be at least one person whose sole responsibility is the oversight of the AERCC curing activities. Contractors will need to provide documentation of personnel that qualify concerning the above required work. Additional information will be in the solicitation package. There is approximately 20,000 CY for Air-Entrained Roller Compacted Concrete on the Spillway and Roadway.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/NDSO/AG-6633-S-12-0013/listing.html)
- Place of Performance
- Address: 6 miles west of Cavalier, North Dakota, United States
- Record
- SN02793591-W 20120705/120703235757-92686e9565b07384fdd19a930b8fc122 (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 |