SOLICITATION NOTICE
Y -- Sandy Lake Lighting Upgrades - SF-1442
- Notice Date
- 5/8/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES-12-T-0085
- Archive Date
- 6/2/2012
- Point of Contact
- Jesse Onkka, Phone: 6512905444, Kevin P. Henricks, Phone: 6512905414
- E-Mail Address
-
Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil
(Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SF-1442 STATEMENT OF WORK 1. General: The contractor shall supply all equipment, labor and materials required to remove the existing light fixtures and replace them with High Pressure Sodium or LED fixtures, including lamps, as specified in this document. All electrical work shall conform to the (2008) National Electric Code (NEC) and the (2007) National Electric Safety Code (NESC). 2. Location: Sandy Lake Recreation Area is located in Aitkin County, Minnesota. 22205 531st Lane, McGregor, Minnesota 55760 3. Measurement and Payment: The payment provided for in the contract shall constitute full compensation for furnishing all materials and for performing all work under the contract in a complete and acceptable manner. The contract work shall include providing plant, equipment, tools, supplies, labor, supervision, incidental materials, quality control, environmental protection, testing and meeting safety requirements, and for performing all work required for which separate payment is not otherwise provided. Compensation for all work shown, specified, or essential to completion of the project (whether or not the specific material or operation is indicated) shall be included on the bidding schedule. The payment provided for in the contract includes compensation for all risk, loss, damage, and expense arising out of the nature of the work or its prosecution, subject to conditions of the contract. Payment for each contract line item will constitute full compensation for furnishing the materials and constructing the work complete in place as specified. Prior to submitting a bid, the Contractor shall verify all security light locations. 3.1 Unit Prices: Payment items for the work of this contract are listed in the BIDDING SCHEDULE and described below. The payment items provided for on the bidding schedule embody the work; but the work descriptions provided below do not specifically discuss all incidental work required to complete the contract work. 4. Light Fixture Specifications. 4.1 Pole mounted security lighting fixtures in various locations within the park boundary. W912ES-12-T-0085 Page 7 of 97 The contractor shall supply all equipment, labor and materials required to remove 12 existing wooden pole mounted security lighting fixtures and replace them with GE 201SA Unit Pack Roadway Luminaire fixtures or equivalent. The GE 201SA Unit Pack shall be complete to operate one 120V, 100 watt HPS clear lamp designated GE 85371 - LU100/55/H/ECO. The luminaire includes a completely prewired integral ballast hood, wiring cable, mounting bracket and hardware, optical assembly, and prewired photo electric control receptacle and photoelectric control. See the following internet link for detailed information: http://www.gelightingsolutions.com/Roadway/id- 1001/201SA_Unit_Pack_Roadway_Luminaire 4.2 Office exterior wall mounted fixtures. The contractor shall supply all equipment, labor and materials required to remove 4 existing wall mounted fixtures and replace with Hubbell Perimeter Wall Packs, NRG300B Series, catalog # NRG-301B-PC (with photo control), 50 watt HPS, 120V, Bronze color or equivalent. The specified light fixture includes lamps. See the following internet link for detailed information: http://www.hubbelloutdoor.com/content/products/specs/specs_files/nrg300b.pd f 4.3 Pedestal Mount Fixtures on the Dam. The contractor shall supply all equipment, labor and materials required to remove 2 existing pedestal mounted fixtures and replace with 2 new pedestal mount fixtures. The 15 foot fixture /pole combination shall be the same as or equal to a Versalux Fixture/Pole Combination Package.  Lamp size single 150 watt HPS  Fixture and Pedestal color: Bronze Powdercoat Finish  Pedestal 15 foot square with mounting foot  Photo Cell Dust to Dawn Sensor  Minimum 11 gauge steel Pole. In addition; See the following internet link for detailed information: http://www.warehouse-lighting.com/street-lights-and-parking-lot-lighting/arealights/ single- 5. Disposal. Contractor is responsible for all cleanup, handling, and disposal costs. Lamps and ballasts from light fixtures are known to contain hazardous substances. All removed lighting fixtures shall be disposed of in accordance with all required local and State of Minnesota disposal regulations. US Army Corps of Engineers environmental compliance regulations require proper disposal of hazardous substances to be tracked "Cradle to Grave". To comply with this requirement the contractor must submit written certification stating where hazardous substances will be disposed for acceptance prior to disposal and itemized receipts showing location of disposal and eventual final disposition of hazardous substances after execution of disposal. Receipts will include W912ES-12-T-0085 Page 8 of 97 regulatory certification proving that required local and state disposal regulations are being met. Non hazardous - recyclable materials must be recycled. 6. Site Visit. Contractors are encouraged to visit sites prior to bidding. Contact Jeff Steere at Sandy Lake Dam (218)426-3482. 7. Safety Plan. The Contractor shall submit a safety plan for performing the work. Safety plan shall be in conformance with the Safety and Health Requirements Manual, US Army Corps of Engineers EM 385-1-1 (latest edition). The manual shall be provided by the Corps. The safety plan shall be reviewed by the Corps and discussed at the initial pre-construction meeting to be held at the Sandy Lake site. The "Safety Plan" shall be accepted prior to start of work. The web site for the 2008 "Safety and Health Requirements Manual", USACE EM 385-1-1 (latest edition) is www.usace.army.mil/CESO/Pages/EM385-1-2008 NEW!.aspx. 8. Schedule. All work shall be completed by July 1st 2012. 9. Work Plan. Contractor shall submit a plan that details the sequence and scheduling of the proposed work during a Monday - Friday work week. The work plan shall be submitted within 10 days of contract award. The work plan shall be discussed at the initial preconstruction meeting to be held at the Sandy Lake Dam site. The "Work Plan" shall be accepted prior to start of work. 10. Specification Sheet. The work plan and safety plan shall be submitted as noted above. Both of these items shall be submitted prior to the preconstruction meeting. Other submittals will include the specification sheets for the assembled Lighting components. 11. Coordination. All work shall be coordinated with Jeff Steere at Sandy Lake Dam and Recreation Area. 12. Initial Meeting. A pre-construction meeting shall be held at Sandy Lake Dam before commencing work. The safety plan, work plan, schedule, and coordination issues shall be discussed. The contractor shall submit the safety plan and work plan for review prior to the meeting. W912ES-12-T-0085 Page 9 of 97 13. Experience. Contractor shall be an experienced electrical contractor and licensed by the State of Minnesota. 14. Power. Electrical power is available, at the facility for Contractor's use during construction; coordinate with the Sandy Lake Dam staff. 15. Sanitary Facilities. Outdoor restrooms are available on site. 16. Site Location Map.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-12-T-0085/listing.html)
- Place of Performance
- Address: Minnesota, United States
- Record
- SN02742160-W 20120510/120508235309-1362b66f9fdcacb99553c667af415f2b (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 |