Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2009 FBO #2601
SOLICITATION NOTICE

61 -- Scope of Work amended to clarify questions arising from the 12/23/2008 site visit. Scope of Work reflecting changes listed. All other conditions remain unchanged.

Notice Date
1/7/2009
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, U. S. Army Engineer District St. Louis CE, CEMVS-CT, US Army Engineer District, St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P909B0204
 
Response Due
1/16/2009
 
Archive Date
3/17/2009
 
Point of Contact
Frank J. Johnson, 314-331-8523<br />
 
Small Business Set-Aside
Total Small Business
 
Description
RIVERS PROJECT OFFICE INSTALLATION OF NEW UNDERGROUND ELECTRICIAL SERVICE. Bid Schedule: DescriptionQuantity UOM Total Price 0001 Installation of New Underground Electrical Service __1__ LS ______________ 0002 AmerenUE Actual Costs 1 LS ______________ Grand Total: ______________ SECTION 1 - GENERAL 1. General. The Contractor shall furnish all necessary plant, equipment, materials, supplies and labor required to install new underground cable, concrete manholes, relocation of AmerenUE Power supply poles and electric meter in accordance with the specifications and drawings contained herein. The Contractor shall also furnish all supervision necessary to plan, administer, and perform the specified services. All work shall be performed to the satisfaction of the Contracting Officer or authorized representative. 2. Omissions. This specification may duplicate or not cover all specified activities, steps, and/or procedures required to accomplish work. In case of omission, the normal industry standards, practices, specifications and/or guidelines shall prevail. In no instance shall an omission be a reason to perform inferior work, produce a less than acceptable product or service, or refuse to perform an intended activity. 3. Contracting Officer. The term Contracting Officer shall mean the person executing this contract on behalf of the Government, and any other officer or civilian employee who is properly designated Contracting Officer; and the term shall include, except as otherwise provided in this contract, the authorized representative of a Contracting Officer acting within the limits of their authority. 4. Safety. The Contractor shall perform all work in accordance with safety requirements set forth in Corps of Engineers' Manual, EM 385 1 1, entitled Safety and Health Requirements Manual, updated 3 Nov 03 copies of which are available at the Rivers Project Office or online at http://www.hq.usace.army.mil/soh/em385/current/current38511.htm. The contractor shall be responsible for complying with the current edition and all changes posted on the web. 4.1 All equipment and materials may be inspected by the Government. Any equipment and material found not in conformity with the safety manual shall be removed from Government property immediately. Any unsafe work and/or actions will be stopped immediately. The Contracting Officer may require the Contractor to immediately remove from the work site any employee, of the Contractor, who endangers persons or property. Notification shall be by telephone or in person and shall be confirmed in writing as soon as possible. No such removal, however, shall reduce the Contractor's obligation to perform all work required under this contract. 4.2 Safety Exposure Report. At the end of the job, the Contractor shall submit, in writing, a safety exposure report. This report shall include (1) the total employee hours worked by employees during the performance of this job, and (2) detailed descriptions of any accidents or injuries sustained on the project by their employees, including copies of documents for claims under Workmans Compensation. 4.3 Accident Reporting - An accident constitutes an incident or act involving the Contractor which may or may not have caused obvious damage to persons or property. All accidents shall be reported to the COR or their representative within 24 hours of the occurrence. All serious accidents (those resulting in death or injury requiring medical attention) shall be reported immediately. 5. Normal Working Hours. The Contractor will schedule all work to be performed Monday through Friday, 7:00 a.m. 5:00 p.m., unless otherwise specified herein, or as specifically approved in advance by the Contracting Officer. Note: The majority of the work will be conducted in the Riverlands Migratory Bird Sanctuary which is closed to the public for migratory bird rest area. The Contractor shall limit the amount of disturbance to the Sanctuary as possible. 6. Personnel Requirements. The Contractor shall provide an adequate number of fully qualified personnel to perform the specified services properly and efficiently within the time limits specified. If the Contractor is unable to accomplish work in accordance with the requirements of this contract within the times specified, he/she shall immediately obtain additional personnel as necessary to fulfill such requirements. 7. Visitor Contact. All contractors shall act in a professional manner when interacting with the public and shall direct questions to Government employees. 8.Security. The Contractor shall provide all security of equipment, materials and supplies left on site during this contract. The government is not liable for any damage, theft or vandalism of contractors materials, supplies, equipment and etc., during the performance of this job. 9. Required Insurance. (a) As required by the Contract Clause entitled Insurance-Work on a Government Installation, the Contractor shall furnish to the Contracting Officer, prior to the commencement of work, a certificate or written statement as evidence of the minimum insurance listed below. The contractor shall procure and maintain such types and amounts of insurance during the entire period of his performance under this contract. The Contractor shall assure that the certificate or written statement is in accordance with required working indicated in paragraph b of the aforementioned Contract Clause. (1) Workmens Compensation Amounts required by applicable jurisdictional statutes. (2) Employers Liability Insurance - $100,000.00 (3) Comprehensive General Liability Insurance Bodily Injury - $500,000.00 per occurrence (4) Comprehensive Automobile Insurance Bodily Injury - $200,000.00 each person $500,000.00 each accident Property Damage - $20,000.00 each accident SECTION 2 - ENVIRONMENTAL PROTECTION 1. Scope. This section covers prevention of environmental pollution and damage as result of activities under this contract. This section is in addition to those measures set forth in other sections of these specifications. For the purpose of this specification, environmental pollution and damage are defined as the presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare, unfavorably alter ecological balances of importance to human life; affect other species of importance to man; or degrade the utility of the environment or aesthetically, cultural and/or historical purposes. The control of environmental pollution and damage requires consideration of air, water, and land and includes management of visual esthetics, noise, solid waste, radiant energy and radioactive materials, as well as their pollutants. 2. Quality Control. 2.1 General. The contractor shall establish and maintain quality control for environmental protection operations to assure compliance with contract requirements and maintain detailed records of quality control. 2.2 Reporting. One copy of these records and tests, as well as records of corrective action taken, shall be furnished to the Government daily when work covered by this section is being performed. 3. Permits and Licenses. The Contractor shall obtain and comply with all required permits and licenses. Copies of all applications, permits and licenses obtained from Federal, State and local governing bodies pursuant to this contract shall be submitted to the Contracting Officer. (1) Permit or license and the location of solid waste disposal areas. 4. Protection of Environmental Resources. The environmental resources within the project boundaries and those affected outside the limits of permanent work under this contract shall be protected during the entire period of each task order work period. Environmental protection shall be as stated in the following subparagraphs. 5. Protection of Land Resources. The Contractor shall not remove, cut, deface, injure or destroy land resources including trees, shrubs, vines, grasses, topsoil, and landforms without special permission from the Contracting Officer. 6. Disposal of Solid Wastes. Solid Wastes shall be placed in containers, which are emptied on a regular schedule. All handling and disposal shall be conducted to prevent contamination. The Contractor shall transport all solid wastes off Government property and dispose of them in compliance with Federal, State and local requirements for solid waste disposal. 6.1 Removal of Materials and Rubbish. The Contractor shall remove from the site of work, all his equipment and unused materials provided by him, any waste materials and rubbish resulting from the operations performed herein. The methods and locations of disposal of materials, wastes, effluents, trash, garbage, oil, grease, chemicals, etc., within the right of way limits shall be such that harmful debris will not enter project lands, lakes, ditches, rivers, canals, waterways, or reservoirs. 7. Protection of Water Resources. The Contractor shall keep activities under surveillance, management and control to avoid pollution of surface and ground waters. 8. Protection of Air Resources. The Contractor shall keep activities under surveillance, management and control to minimize pollution of air resources. All activities, equipment processes, and work operated or performed by the Contractor in accomplishing the specified activities shall be in strict accordance with the State of Missouri and/or the State of Illinois and all federal emission and performance laws and standards. 9. Protection of Fish and Wildlife. The Contractor shall keep activities under surveillance, management and control to minimize interference with, disturbance to, and damage of fish and wildlife. 10. Protection of Historical, Archaeological, and Cultural Resources. The preservation and recovery of existing historical, archaeological and cultural resources within the Contractor's work area will be so designated by the Contracting Officer and precautions shall be taken to preserve all such resources as they existed at the time they were identified to the Contractor. Any item that may have historical or archaeological value discovered by the Contractor shall be left undisturbed and the Contracting Officer shall be immediately notified of such discovery. 11. Protection of Sound Intrusion. The Contractor shall keep activities under surveillance and control to minimize damage to the environment by noise. 12. Payment. No separate payment or direct payment will be made for the cost of the work covered under this section and all costs in connection therewith shall be included in other items for which payment is provided. SECTION 3 - GOVERNMENT FURNISHED PROPERTY AND SERVICES 1. General. The Government will supply to the Contractor, for use only in connection with this contract, the below described equipment and materials at times necessary for the use by the Contractor to provide the necessary work described herein. 2. Utilities. Water and electricity can be obtained by the Contractor from sources within the work areas or from other pre-approved Government sources. 3. Keys. The Government will furnish the necessary keys for access to service roads and facilities. Duplication of Government-furnished keys is not permitted. In the event that a Government-furnished key is lost, the Contractor shall immediately report the loss to the Contracting Officer and replacement of Government-furnished keys may be required at no cost to the Government. SECTION 4 - CONTRACTOR FURNISHED PROPERTY/MATERIALS/EQUIPMENT 1. General. Unless otherwise stated, the Contractor shall furnish and maintain all sufficient equipment, materials, and supplies suitable to perform the work. All equipment shall be maintained in safe operating condition in accordance with Section 1, Paragraph 4, SAFETY. 2. The Contractor shall furnish all equipment, materials, supplies, and property necessary to perform removal and installation of new meter and underground electrical service used in the performance of this contract shall be size and type to comply with the requirements of this contract with the exception of the Government furnished property, services, equipment, and materials as listed in Section 3. 3.Storage. Otherwise all items shall be removed from the work site as soon as possible after the completion of the work described herein. The Contractor will not be allowed to store equipment, supplies, and property on Government property except for storage areas described above unless approved in advance by the Contracting Officer. If approval is given for storage, the Contracting Officer will specify designated location(s), and the Government assumes no responsibility for the safety or security of the items. 4. Metering Installation provided by the Customer. The Contractor shall supply all new materials, supplies and equipment in accordance with AmerenUE requirements for Meter Installations Normally Provided by Customer. Reference Section 5, Paragraph 6.0 for Meter Pole Detail. SECTION 5 - DESCRIPTION OF THE WORK 1. General. The Contractor shall perform the described work in accordance with the specifications, drawings, and provisions contained herein. 2. Work Period: All work must be performed 60 days from date of award. All weather delays must be submitted in writing to the Contracting Officers Representative. COR must approve work period extensions in advance and in writing. 3.0 Submittals. The Contractor shall provide AS BUILT DRAWINGS for the installation, depth, location of manholes and etc. GPS coordinates and drawing will be acceptable. Inspection; FIO. Submit inspection report detailing suitability and condition of transformer. Specifically indicate any unforeseen damage, leaks or other issues requiring repair or modification to comply with manufacturers requirements for installation and warranty of electrical line. Certificate; FIO. Upon completion of work, submit manufacturers warranty certification if applicable. Inspection: FIO. Hi-pot cable documentation. Manhole: GA. Submit description and drawing for manholes for government approval prior to purchasing. Boring Operation: GA. Submit material safety data sheets for any chemicals to be used during contract operations for government approval prior to commencing work. 4.0 General Note. The Government will complete all site preparations and installation of culvert to elevation 426.0 or higher on the service access road. Service Access road will have a 4-8 inch stone top. The Contractor will be responsible for repairing all damages to work site made during their construction. 5.0 Prior to Start of Work. The Contractor is responsible to contact Missouri One Call System and have all utilities located with in the construction area. 6.0 Removal/Relocation of Meter Pole. The Contractor shall remove all primary metering line, hardware and poles at existing metering pole location along Wise Road. All equipment shall be removed and become the property of the Contractor and disposed of in accordance with Section 2 Environmental Protection. New power poles will be required to be furnished and installed by the Contractor. AmerenUE has provided the government with a Meter Installation Detail. Please contact Frank J. Johnson at 314-331-8523, email: frank.j.johnson@usace.army.mil to obtain a copy of the Meter Pole Installation Detail. The meter pole detail identifies equipment that is to be provided by the contractor and equipment that will be provided by AmerenUE. The Contractor shall provide and install all equipment in accordance with AmerenUE Metering Pole Detail for 3 wire application 25 04 08 02. The Contractor is to coordinate with AmerenUE, POC: Mrs. Elizabeth Surmeier at 636-925-3206 to install AmerenUE provided materials & for connection of wire span to meter pole at location designated on drawing. The meter pole will be located fifteen foot to the North of the power line easement. Installation of stress cones at utility pole and transformer are required. The Contractor shall submit actual cost break out from AmerenUE for actual work and materials provided by AmerenUE. No additional costs will be allowed for AmerenUE work not described or completed by AmerenUE on the Invoice. 7.0 Boring. The Contractor will bore and install up to 4,500/ of 4 inch roll pipe from meter pole to transformer (see drawing for alignment).. The top of duct line shall be not less than 30 inches below finished grade. The 4 inch roll pipe will be the equivalent to schedule 40 thick wall or equivalent. The service access road will be prepared by the government with a finish grade of 426.0 or higher. No boring will go below 422.0. Boring shall be down the centerline of the service roadway. Boring under Riverlands Way roadway will be at 428.0 elevations. Boring is not allowed to go below the 428.0 elevation under roadway. On the North side of Riverlands Way along the grass line use existing grade for top of boxes and duct line shall be not less than 30 inches below existing grade. All chemicals used in boring operations shall be approved prior to operation. 8.0 Trenching. The Contractor may trench in underground cable in areas where boring is not possible. The top of duct line shall be not less than 30 inches below finished grade. Bottoms of trenches shall be graded toward handholes and shall be smooth and free of stones, soft spots, and sharp objects. A 3 inch layer of sand shall be laid first and compacted to approximate densities of surrounding firm soil before installing ducts. The first 6 inch layer of backfill cover shall be sand compacted as previously specified. The rest of the excavation shall be backfilled and compacted in 3 to 6 inch layers. 6.0 Relocation of Meter Pole. The Contractor is to coordinate with AmerenUE to relocate the primary feed, electric meter and power poles to location designated on drawing. The meter pole will be located fifteen foot to the North of the power line easement. Installation of stress cones at utility pole and transformer are required. 9.0 Electric Cable. The Contractor shall furnish and install 13,500 foot of #2 AWG, EPR insulation, PVC jacketed, MV-105-133%, 15KV medium voltage power cable. Splicing of cable in manholes as necessary. Splices will be elevated in manholes to minimize exposure to water. The Contractor will perform Hi-pot cable to verify integrity before energizing. When pulling of cable the contractor will be responsible for tension monitoring. 10.0 Duct Line Markers. Where duct lines are installed by trenching the contractor shall furnish and install a 5 mil brightly colored plastic tape, not less than 3 inches in width and suitably inscribed at not more than 10 feet on centers with a continuous metallic backing and a corrosion-resistant 1 mil metallic foil core to permit easy location of the duct line, shall be placed approximately 12 inches below finished grade levels of such lines. 11.0 Handholes. The Contractor shall furnish and install 3 wide x 5 long x 3.5 deep concrete handholes no further apart than 500 and may need additional handholes to make curves and under asphalt roadway. Handholes may be placed closer together at bends, curves and roadways where boring is difficult. It is the responsibility of the Contractor to determine how many handholes are necessary to be installed for boring and trenching operations to comply with this specification. Top of handholes will be at grade elevation of 426.0 or higher depending on the service roadway grade elevation, and set in the center of the service roadway. Handholes shall be traffic rated, have an open bottom with 6 inch of 1 inch base stone for the handholes to placed on, and shall be equipped with galvanized pulling irons and cable racks. Handhole covers shall be rated for HS-20 loading. Handholes shall be similar or equal to Champion Precast casting no. 050-030-035K. 12.0 Grounding. The contractor shall properly ground the new electrical system in accordance with the National Electrical Code, National Electrical Safety Code, and AmerenUE. Ground rods shall be installed in all handholes for the purpose of grounding cable shields, metallic frames and covers of handholes, and other noncurrent-carrying metal parts. Ground rods shall be copper-clad steel of at least 3/4-inch in diameter. Rods shall be installed such that at least 10-feet of length is in contact with the soil. Conductors shall be connected to the ground rods with exothermic fusion welds. 13.0 Trasnsformer/Swithgear. The Contractor shall excavate around pad mounted transformer and modify pad as necessary to accommodate new high voltage feeder. The Contractor shall remove old/abandoned high voltage feeder from transformer out to approximately 20 from concrete pad. Disconnect generator and reconnect secondary secondary cables at the transformer and switchgear. Complete test and servicing of transformer prior to energizing. 14.0 Inspection and Acceptance. The work required herein will be conducted under the general direction of the Contracting Officer and is subject to inspection by their appointed inspectors to insure strict compliance of the contract requirements. No inspector is authorized to change any contract requirements without written authorization of the Contracting Officer, nor shall the presence or absence of an inspector relieve the Contractor from any contract requirement. 15.0 Quality Assurance. The Government shall monitor the Contractor's performance under this contract using a 100% inspection quality assurance procedure. 16.0 Acceptance. Formal acceptance of completion of contract requirements will be made by the Contracting Officer for and in behalf of the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a601a6d876aa8f44b17fcb37bc6b14e7&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO<br />
Zip Code: 63103-2833<br />
 
Record
SN01728521-W 20090109/090107220359-a601a6d876aa8f44b17fcb37bc6b14e7 (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.