Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2009 FBO #2757
SOLICITATION NOTICE

Y -- RECOVERY--Y--RECOVERY PRAIRIE MULTI-USE TRAIL

Notice Date
6/12/2009
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-09-Q-G011
 
Response Due
6/26/2009
 
Archive Date
8/25/2009
 
Point of Contact
MONICA DWYER, 402-667-7873<br />
 
E-Mail Address
US Army Corps of Engineer - Omaha District
(monica.e.dwyer@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY--GAVINS POINT PROJECT RECOVERY PRAIRIE MULTI-USE TRAIL 1. SCOPE OF WORK: Contractor shall be required to provide all materials, labor and equipment to construct a hiking/biking trail as shown on the attached drawings and in accordance with the specifications. The trail will be marked in the field by Government personnel. Existing ground will be excavated six inches, the subgrade compacted and graded to the existing ground contours. Excavated material shall either be removed offsite or can be stockpiled near the Outside Maintenance complex. Six inches of salvaged asphalt shall be installed, watered, compacted and graded in accordance with the specifications. The contractor shall be responsible for installing a double chip and seal over the newly compacted salvaged asphalt. 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: The Contractor will be required to commence work under this contract on the date of receipt by him of Notice to Proceed, to prosecute said work diligently and to complete the entire work with in 60 days. The time stated for completion shall include final cleanup of the premises. 3. CONTRACT DRAWINGS AND SPECIFICATIONS: Omissions from the drawings or specifications or the misdescription of details of work which are manifestly necessary to carry out the intent of the drawings and specifications, or which are customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed details of the work but they shall be performed as if fully and correctly set forth and described in the drawing and specifications. The Contractor shall check all drawings furnished him immediately upon their receipt and shall promptly notify the Contracting Officer of any discrepancies. 4. GOVERNMENT FURNISHED MATERIAL: None. 5. APPROVAL OF MATERIALS: The Contracting Officers Representative shall approve all materials before being used in subject contract. 6. TAXES Nebraska. 6.1. NEBRASKA SALES AND USE TAX. Materials installed under this contract are not exempt and the tax must be included in the amount bid. Telephone: (402) 595-2065 (Department of Revenue-Omaha). 6.2 EXCISE TAX. There is an excise tax on the total gross receipts of all prime contractors and subcontractors engaged in realty improvement contracts. 7. PROTECTION OF EXISTING FACILITIES: Contractor shall be responsible for protection of existing facilities from any damage that may occur during construction. Any damage due to the construction shall be repaired at the cost of the contractor. 8. ENVIRONMENTAL PROTECTION: In order to prevent, and to provide for abatement and control of, any environmental pollution arising from the construction activities in the performance of this contract, the Contractor and his sub contractors shall comply with all applicable federal, state and local laws and regulations concerning environmental pollution control and abatement. a. Notification: The Contracting Officer will notify the Contractor in writing of any non compliance with the aforementioned federal, state or local laws or regulations. Such notice, when delivered to the Contractor or his authorized representative at the site of the work, shall be deemed sufficient for the purpose. The Contractor shall, after receipt of such notice, immediately inform the Contracting Officer of proposed corrective action and take such action as may be approved. If the Contractor fails or refuses to comply promptly, the contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall make the subject of a claim for extension of time or no part of the time lost due to any such stop orders for excess costs or damages. 9. SAFETY REQUIREMENTS: The Contractor shall ensure that safe working practices are utilized and that all equipment meets the requirements of the US Army Corps of Engineers, Safety and Health Requirements Manual, EM 385 1 1, September 2008, before work begins. A copy of the above manual is available at the Gavins Point Dam Project Office, Yankton, South Dakota P.O. Box 710. a. Ground Fault Circuit Interrupters: In addition to the requirements of paragraph 11.C.05 of EM 385 1 1, ground fault circuit interrupters are required for all extension cord systems. b. First Aid and Medical: First aid facilities shall be made available on the job site. Arrangements for emergency medical attention shall be made prior to start of work. All emergency numbers (doctor, hospital, ambulance, fire department) shall be posted, or made available at the work site. 10. HOUSEKEEPING: Daily clean up of all debris and waste materials are required. Debris shall be removed on a regular basis. 11. AVAILABILITY AND USE OF UTILITY SERVICES: Use of public and private utilities will be as found available. The Contractor shall make his own arrangements for use of public and private utilities. 12. WORK AND MATERIALS GUARANTEE: The Contractor will guarantee materials for one year from the date the Government assumes use of the equipment or materials. 13. PAYMENT: Payment for subject work will be for entire work complete in conformance with these specifications and paid within 30 calendar days following acceptance. Trail to be constructed is approximately 7200 ft. with a completion date of August 28, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-09-Q-G011/listing.html)
 
Place of Performance
Address: US Army Corps of Engineer - Gavins Point Project 55245 Highway 121 Crofton NE<br />
Zip Code: 68730<br />
 
Record
SN01843808-W 20090614/090612235909-484a998da7a379aa171b3f8c5e37d194 (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.