Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 25, 2020 SAM #6691
SOLICITATION NOTICE

S -- SB/TB HERBICIDE-PESTICIDE IDIQ

Notice Date
3/23/2020 8:35:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G20Q0010
 
Response Due
4/1/2020 12:00:00 PM
 
Archive Date
04/16/2020
 
Point of Contact
ROBERT NORRIS, Phone: 817-886-1139, WON CHUNG, Phone: 807-886-1065
 
E-Mail Address
ROBERT.L.NORRIS@USACE.ARMY.MIL, WON.S.CHUNG@USACE.ARMY.MIL
(ROBERT.L.NORRIS@USACE.ARMY.MIL, WON.S.CHUNG@USACE.ARMY.MIL)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
1 U.S. ARMY CORPS OF ENGINEERS FORT WORTH DISTRICT SAM RAYBURN/TOWN BLUFF PROJECTS PERFORMANCE WORK STATEMENT (PWS) HERBICIDE AND PESTICIDE IDIQ 1. GENERAL: This is a non-personal services contract to provide herbicide and pesticide treatment services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform herbicide and pesticide treatment services as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Scope: Application of herbicide and pesticide treatment services. Services include the work under this contract will be performed at Sam Rayburn and Town Bluff Projects which will include the counties of Jasper, Sabine, San Augustine, Angelina, Nacogdoches, and Tyler. The contractor shall accomplish application of herbicide and pesticide treatment. The work will consist of furnishing all labor, materials and equipment necessary to perform specified herbicide and pesticide services. The areas covered for required services include all government property at the described locations. Work shall include, but is not limited to herbicide treatment for control of brush, weeds, and grasses located on rip-rap portion of dam, embankment toe drainage ditch, road shoulders on top of dam, along fences, impact areas around camp sites, various asphalt surfaces with encroaching vegetation, beach areas, and boat launch areas. In addition, grasses and weeds may be sprayed on a per acre basis in open park and mowing areas for the control of winter broadleaf weeds and growth suppression of grasses. The Government shall provide all herbicide and surfactant for each application, as well as tank mixture instructions. Insecticides for fire ant treatment and crazy ant treatment will be provided by the contractor. Insecticides shall be approved by Government POC before application of insecticides. Dye indicators shall be included with all herbicide applications at a 0.25% ratio unless otherwise specified by project specific POC. Dye indicators shall be provided by contractor. All herbicide and insecticide applications will be at selected project areas, in accordance with project managers� instructions and/or maps. All chemical shall be applied in strict accordance with manufacture�s product labeling. If lake water is used for dilution in tank mixture, batched herbicides must be applied within 30 minutes of mixing with water. 1.3 Period of Performance: The Contractor shall commence all work as specified and complete work within thirty (30) days of the start of application. All work must be completed within thirty (30) days of TO date. Exceptions may be given for adverse weather conditions, flooding, and facility use by visitors, or Federal Holidays. The contractor shall not work on holidays unless approved in writing by the COR. This action will have a base year from 01 APR 2020 to 31 MAR 2021, an Option Year 1 from 01 APR 2021 to 31 MAR 2022, an Option Year 2 from 01 APR 2022 to 31 MAR 2023, an Option Year 3 from 01 APR 2023 to 31 MAR 2024, an Option Year 4 from 01 APR 2024 to 31 MAR 2025. 1.3.1 Frequency of Service � The frequency of services required under this contract are variable and dependent upon the needs of the project. 1.3.2. Task Order (TO) � Services to be furnished under this contract shall be ordered by TO. These orders shall be issued by the Ordering Officer. All TOs are subject to the terms and conditions of the contract. In the event of conflict between a TO and this contract, the contract shall control. A TO is considered ""issued"" when the Government provides the task order to the Contractor. 2 1.4 General Information � A Contracting Officer Representative (COR) may be assigned to this action. If a COR is not assigned to this action, a Government Quality Assurance Representative (GQAR) will be assigned and will perform the duties listed for COR. 1.4.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor�s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The Prime KTR is responsible for insuring that all work performed under this contract, including that performed by subcontractors, is in accordance with the specifications. To accomplish this, the Prime KTR will appoint in writing, subject to the approval of the COR/GCAR, one (1) QC Inspector. Requirements for QC will be set forth in Part 1.4.1, ""Quality Assurance"". After acceptance of the quality control plan the contractor shall receive the Contracting Officer�s acceptance in writing of any proposed change to his QC system. 1.4.1.1 Quality Assurance: The Government shall evaluate the contractor�s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.4.1.2. Contractor Quality Control � The KTR is responsible for establishing and maintaining an adequate QC system to satisfactorily inspect and ensure that all work performed by the KTR�s organization in each separate service is in full compliance with this contract and the instructions, provisions, specifications and maps herein. The KTR shall designate, in writing, a QC Inspector, whose main duty shall be to verify contract conformance of all work performed, to include reviewing each work leader�s daily activity report to ensure that it is legible, understandable, and complete, and to notify the COR/GQAR of anything requiring his immediate attention. The COR/GQAR may request additional QC personnel at any time he determines that the KTR�s work is in danger of nonconformance, at no additional cost to the Government. A QC Report shall be submitted for the COR/GQAR�s information at the end of each work week, (Sunday through Saturday). 1.4.1.3. Equipment and Supplies Inspection � The COR/GQAR may inspect required equipment and supplies at any time when in use on Government property. Any individual, crew or equipment found deficient shall be removed from service immediately until faulty conditions have been corrected and passed inspection by the COR/GQAR. No such removal will reduce the KTR�s obligation to perform all work required within the time scheduled under this contract. This requirement shall not be made the basis of any claim for compensation or damages against the United States or any of its officers or agents. 1.4.1.4. Performance Evaluation Meetings � The KTR, his superintendent, QC inspector, or all, shall meet with the COR/GQAR, or his representative, periodically as determined necessary by the COR/GQAR, in order to discuss performance. However, a meeting shall be held not later than one normal workday after a Contract Deficiency Report (CDR) is issued. Mutual effort will be made to resolve any and all problems identified. 1.4.1.5. Inspection - All work must be inspected and accepted by the COR/GQAR before payment for the work can be made. The Government QAR will inspect the work in each area as it is completed to ensure all requirements of the contract have been satisfied. The Contractor QCR will be responsible to ensure all work is completed prior to inspection by the Government. Inspections will be made by the COR/GQAR or his representative after work is completed. Inspections may take up to two weeks after the completion of an application to evaluate application effectiveness. Any work that is rejected by the COR/GQAR shall be re-performed by the contractor at the 3 contractor's expense including herbicide and surfactant costs. Rejection of work may be due to improper application methods by the contractor. This includes but is not limited to application of herbicides within 30 minutes of a rain event. Inspections will be conducted by using the 100 % sampling method; however, the Government has the right to change or modify inspection methods at its discretion. 1.4.1.6. Deductions - The COR/GQAR may require that all work which fails to provide the desired results be repeated at the KTR�s expense, or may reduce the contract price to equal the reduced value of the service. The KTR will ensure that these defects do not recur. If the KTR fails to rework the rejected areas or the defects are recurring, the Government may: a. Reduce the contract price to equal the reduced value of the service. b. Perform the required services, by contract or otherwise, and deduct any costs incurred by the Government that is directly related to the performance of such services from the KTRs invoice. c. Terminate the contract for default. See 52.212-4 1.4.1.7 Payment - Work performed under this contract shall be paid for at a per unit price. This price shall be full compensation for furnishing all labor, tools, materials, equipment, transportation and incidentals necessary to complete all work as specified in herein. No payment shall be made until the work is completed, inspected by the QAR, properly invoiced to the appropriate project office, and approved by the COR/GQAR. The proper invoice shall include the KTR�s name, address, contract number, line item numbers, quantities, line item price, and total price. 1.4.2 Government Holidays: NO WORK WILL BE ALLOWED ON HOLIDAYS New Year�s Day Labor Day Martin Luther King Jr.�s Birthday Columbus Day President�s Day Veteran�s Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.4.3 Hours of Operation:� Normal working hours for the Contractor shall be between the hours of 7:00 a.m. to 6:00 p.m., Monday thru Friday, except as specifically approved in advance by the COR/GQAR. Major Federal Holidays during the recreation season (1 April � 30 Sept) shall be observed by the Contractor and no work on site will be permitted except in extreme cases and after specific approval by the COR/GQAR. The COR/GQAR will have the right to direct the schedule of any work that is to be performed. 1.4.4 Place of Performance: The work to be performed under this contract will be performed at Sam Rayburn and Town Bluff Projects which will include the counties of Jasper, Sabine, San Augustine, Angelina, Nacogdoches, and Tyler. 1.4.5 Type of Contract: The government will award an IDIQ service contract. 1.4.6 Security Requirements: Contractor personnel performing work under this contract must be able to work with in the United States at time of the proposal submission, and must maintain the level of security required for the life of the contract. 1.4.6.1 Physical Security: The contractor shall be responsible for safeguarding all Government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.4.6.2 Key Control. The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not 4 used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. 1.4.6.2.1. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor�s employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.4.6.2.2 Lock Combinations. The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the Contractor�s Quality Control Plan. 1.4.6.3 All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities, controlled access areas, or require network access, shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. Upon request, the contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer (if a COR is not assigned), within 5 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: http://jko.jten.mil/courses/atl1/launch.html; or it can be provided by the RA ATO in presentation form which will be documented via memorandum. 1.4.6.4 All contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes. 1.4.6.5 Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative, as NCIC and TSDB are available), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. 1.4.6.6 The contractor and all associated sub-contractors shall receive a brief/training (provided by the RA) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the project manager, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 5 calendar days after the completion of the training. 5 1.4.6.7 The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award."" *When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file. 1.4.7 Special Qualifications: LICENSE REQUIREMENTS- Contractor shall be certified by the State of Texas in the handling and application of herbicides and pesticides and shall conform to all rules and regulations as contained in the latest revision of the Texas Herbicide Law and Regulations and/or the Texas Pesticide Control Law and Regulations for the application of herbicides and pesticides on lands and water located within the State of Texas, inclusive of Federal projects lands and waters. Copies of certification/license will accompany the bid and a copy will be furnished to the Sam Rayburn Project Office. Failure to submit certification/license shall be cause to reject the bid. 1.4.8 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The Contracting Officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the Contracting Officer will apprise the contractor of how the Government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. 1.4.9 Contracting Officer Representative (COR): The (COR) will be identified by separate letter if applicable. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor contractor's performance and notifies both the Contracting Officer and contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the contract task order. 1.4.10 Contractor Key Personnel: The following personnel are considered key personnel by the Government: a minimum of one (1) foreman/superintendent, one (1) QC Inspector. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the Contracting Officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.4.11 Identification of Contractor Employees: ""Identification of Contractor Employees in the Federal Workplace (Aug 2008): (a) The contractor shall provide each of its employees who will be involved in the performance of the contract, on a Government facility, with an identification (ID) badge. The ID badge shall clearly display the contractor�s name and the employee�s name and color photograph. The Contracting Officer or his/her designee shall approve the ID badge before the commencement of contract performance. It is the contractor�s responsibility to ensure that all contractor personnel wear the ID badge at all times when 6 performing work under this contract at a Government facility. Unless otherwise specified in the contract, each contractor employee shall wear the ID badge in a conspicuous place on the front of their clothing and above their waist, except when safety or health reasons prohibit such placement. This requirement is in addition to any Government facility security provisions that require that a Government-issued security badge also be worn. (b) Contractor personnel shall clearly identify themselves to all attendees as a contractor employee before the commencement of meetings with Government or other contractor personnel. Contractor personnel shall clearly and immediately identify themselves as a contractor employee when placing, answering or participating in telephone/VTC conversations with Government or other contractor personnel. (c) When contractor personnel send e-mail messages from or to a Government-owned computer, they shall include a signature block that includes their employer�s name and the employee�s full name and e-mail address. (d) Each of the requirements set forth in paragraphs a-c above, must be included in all subcontracts at any tier."" 1.4.12. Employee Conduct � The KTR shall be responsible for seeing that his employees strictly comply with all Federal, State and Municipal laws. All illegal or criminal activity may result in the removal of KTR employee/employees and/or termination of the contract. 1.5. GOVERNMENT FURNISHED ITEMS AND SERVICES: 1.5.1 Facilities: No Government space or facilities shall be provided under this contract. 1.5.2 Equipment: No Government equipment shall be provided under this contract. 1.5.3 Materials: Government shall provide Herbicide and Surfactant for each herbicide application. 1.6 CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 1.6.1. MATERIALS AND TECHNICAL SPECIFICATIONS 1.6.2 APPLICATION REPORTS � The Contractor will complete a pesticide application record for each herbicide type for each day of application. 1.6.3 EQUIPMENT- Spraying may be accomplished using power-operated sprayers attached to tractors or other approved vehicles, however much of the work involves spraying riprap on a slope. In areas where it is not possible to use power sprayers, hand/backpack sprayers may be used. 1.6.4 SPAYING REQUIREMENTS � The work shall consist of furnishing all labor, materials (Excluding Government furnished items), and necessary equipment to provide herbicide and pesticide treatment services at designated locations at Sam Rayburn and Town Bluff Projects. 100% coverage will be used at all locations of treatment areas unless otherwise indicated. At Town Bluff spraying along access roads shall be performed over a distance of eighteen (18) inches on each side of the access roads, parking areas, camping pull-ins, etc. Additionally any vegetation growing within the boundaries of all road areas, parking lots, camping pull-ins, in cracks on the dam shall be spot sprayed. See Tabulation of Estimated Work Requirements for current locations at Town Bluff and Sam Rayburn Projects. Areas may be added to this contract during the life of this contract. If new areas are added, a square footage estimate or an acreage estimate will be provided to the contractor for that specific task order. Bid sheet will reflect extra line item for any new or added area on a per acre or per square foot basis. All herbicides and pesticides shall be mixed in accordance with the manufacturer�s directions. A color dye shall be added to help identify treated 7 areas (Dye shall be provided by contractor). Extreme care shall be taken to prevent solution from coming in contact with desirable trees and shrubs. When conditions such as excessive moisture, wind speeds, or other factors prevail to such an extent that satisfactory results are not likely to be obtained the government at its discretion stop all phases of the work. The work shall be resumed only when the desired results are likely to be obtained. If desired conditions are not met contractor may be responsible for all reapplication costs including herbicide and surfactant costs for retreatment areas. All Spraying required in an area once started shall be completed before spraying in another area is begun. 1.7. DAMAGES 1.7.1 PROPERTY � The KTR will be responsible for damage to private and/or Government property, and injury to any person as a result of the KTR�s operation. Damage to property will include but not be limited to damage to trees and excessive rutting of the soil. The KTR shall notify the COR/GQAR immediately of any damages or injuries. 1.7.2 FACILITIES - The KTR shall be responsible for restoring any Government property, facilities, or structures damaged by the KTR. Signs, traffic delineators, guard post and rails, sewer stub outs, sewer clean-outs, water valve meter boxes and associated plumbing, trees, shrubs, sidewalks, asphalt pavement, culverts, and other items damaged by the KTR will be repaired or replaced as determined by the Contracting Officer at no cost to the Government. Traffic control rocks, pipe fence and/or posts moved out of alignment by the KTR will be realigned by the KTR at no cost to the Government. 1.7.3 TREES � The KTR is responsible for damages to trees. Injury to the bark and cambium layer will be expressed as a percent of injury to the circumference of the tree, and based on valuation of $50 per diameter inch measured at 4.5 feet above the soil surface for native (non-planted) trees, and $100 per diameter inch for landscape (planted) trees. However, if more than fifty percent of the cambium circumference is injured, the tree will be considered a total loss. 1.7.4 LIQUIDATED DAMAGES � All contracted work items designated per each TO shall be completed within time limitations with exception of the reasons listed in part 1.4.2 of the contract. Work items that are not completed for other reasons are subject to liquidated damages and re-procurement costs according to part 5.6 of the contract. Liquidated damages may be assessed at the rate of 1% of the contract price, calculated per calendar week, and subtracted from the contract or task order amount. Incomplete work items may be procured by the Government, by contract or otherwise, and any costs directly related to the performance or execution of those services will be deducted from the KTRs invoice amount. Excess liquidated damages or failure to perform work may also result in termination of the contract. 1.8. INSURANCE 1.8.1 REQUIREMENT - IAW FAR 52.228-5. Prior to commencement of work, the KTR shall furnish the original of his Insurance Certificate directly to the Contracting Officer, Fort Worth District, Corps of Engineers, ATTN: CESWF-CT-S, P.O. Box 17300, Fort Worth, Texas 76102-0300 and one copy directly to the Area or Project Office. The KTR shall maintain, during the entire period of his performance under this contract, the following minimum insurance requirements: 1.8.2 LIABILITY - Comprehensive general liability insurance for bodily injury in the minimum limits of $500,000 per occurrence. No property damage liability is required. 1.8.3 AUTOMOBILE - Comprehensive automobile liability insurance covering the operation of all automobiles used in connection with the performance of the contract in the minimum limits of $200,000 per person and $100,000 per accident for bodily injury and $20,000 per accident for property damage. 1.8.4 WORKERS COMPENSATION - Workmen's Compensation and Employer's Liability Insurance in the minimum amount of $100,000.00, or in compliance with applicable State statutes. 8 1.8.5 ENDORSEMENT - An endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective until 30 days after the insurer or the KTR gives written notice to the Contracting Officer. 1.8.6 NOTE - It is recommended that the KTR furnish a copy of the foregoing requirements to the insurance company in order to assure that an Insurance Certificate is issued meeting the minimum requirements shown. The Insurance Certificate shall also show the contract number to which it applies as well as a brief description and location of the work. 1.9 APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 1.9.1 The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures. EM 385-1-1 (www.usace.army.mil/Safety-and-Occupational-Health/Safety), Texas Manual on Traffic Control Devices (TMUTCD)(can be found www.txdot.gov/government/enforcement/signage/tmutcd.) 1.10 Attachment/Technical Exhibit List: 1.10.1 Attachment Estimated work Requirements SAM RAYBURN/ TOWN BLUFF 1.10.2 Attachment 1/Technical Exhibit 1 � Performance Requirements Summary 1.10.3 Attachment 2/Technical Exhibit 2 � Deliverables Schedule 9 Sam Rayburn Project Prime Facilities Herbicide Application Tabulation of Estimated Work Requirements Item No. Site/Location Estimated Linear Footage Treatment Area Width (in feet) Estimated Square Footage 1 Rip-rap - West Side of Powerhouse, below RR 255. 12,000 2 Rip-rap - East Side of Powerhouse, below RR 255. 8,800 3 Rip-rap - Both sides of Discharge Channel. 75,000 4 Rip-rap - Main Embankment, South of RR 255. 202,500 5 *Rip-rap - Main Embankment, North of RR 255. 530,000 6 Rip-rap - Dike ""A"". 43,000 7 Piezometers & Relief Wells (Total 92). 1,472 8 Fence - East & West Side of Powerhouse 600 1.5 900 9 Fence - Headquarters. 1030 1.5 1,545 10 Fence - Parking Lot at Powerhouse. 300 1.5 450 11 Fence - Switchyard. 1,150 1.5 1,725 12 Powerhouse Switchyard 75,000 13 Rip-rap area Adjacent to Spillway Weir 32,000 14 *Spillway Weir Downstream Section. 78,600 15 Rip-rap - Overlook Park 106,350 16 Rip-rap - East End Area, Above RR 255. 70,000 17 Rip-rap - West End Area, Above RR 255. 75,000 18 Base of Parapet Wall Along RR 255. 11,000 3 33,000 19 Guardrail Along RR 255 Main Embankment 15,000 1.5 22,500 20 Guardrail Along Access Road to Powerhouse 2,100 1.5 3,150 21 Collector Ditch - Below Embankment 3750 3 11,250 22 Fence Enclosure - Radio Tower 965 23 Wire Anchors - Radio Tower 200 24 Strip Below Rip-rap (behind oil storage tank at powerhouse) 1,600 Total Sam Rayburn Prime Facilities 1,387,007 *NOTE: Access to Spillway Weir is either by boat or by ladder from the retaining walls. Both the Spillway Weir and Rip-rap Main Embankment North of RR 255, will be bid as a Separate line item and may NOT be included on each task order.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/50704f0455f844bd95cfee368255416a/view)
 
Place of Performance
Address: TX 75951, USA
Zip Code: 75951
Country: USA
 
Record
SN05597200-F 20200325/200323230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.