AWARD
Y -- Erosion Control & Bank Stabilization
- Notice Date
- 8/14/2017
- Notice Type
- Award Notice
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP-17-T-0070
- Archive Date
- 8/24/2017
- Point of Contact
- Glenda D. Kohlieber, Phone: 5756524135
- E-Mail Address
-
glenda.d.kohlieber@usace.army.mil
(glenda.d.kohlieber@usace.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912PP-17-P-0068
- Award Date
- 8/9/2017
- Awardee
- Lead Builders, Inc., 1600 LENA ST BLDG C #29, SANTA FE, New Mexico 87505, United States
- Award Amount
- $103,146.00
- Line Number
- 0001
- Description
- This action was awarded as an 8(a) Sole Source Set-Aside under the authority of section 8(a) of the Small Business Act. The Contractor shall furnish all parts, material, labor, equipment and supervision necessary to install erosion control measures, bank stabilization, bollards and wheel stops for the 13-Plex office Complex at Los Alamos National Laboratory (LANL), TA-50, Los Alamos, New Mexico. a. Excavation Permit: The initial excavation permit will be obtained by the contractor. The Contractor shall obtain a copy of the approved excavation permit from LANL Utilities Group through the Contracting Officer's Representative (COR) prior to beginning any work on site. The excavation permit shall be kept on site at all times work is in progress. The excavation permit will be revalidated as required and kept current during the life of the project. Additionally, the contractor shall provide a primary "Person-in-Charge" (PIC) and "Alternate Person-in-Charge" (APIC) one of which shall remain on site during all excavation activities. b. Utility Locations: 1. The Contractor shall coordinate through the COR with LANL Utilities Mapping Group for locating existing utilities prior to start of work. 2. COR will provide the Site Construction Package that is designed by LANL ES-EPD for the Contractor's use. The Contractor shall provide the following: a. Provide material submittals for COR review and approval prior to start of work. Drawings shall consist of plans, elevations, and sections/details with enough information to adequately illustrate the requirements stated herein. b. Provide and install seven (7) bollards complete as shown on drawings SK-1001A and SK-5004. c. Provide and install two (2) concrete wheel stops as shown on drawing SK-1001A. d. Repair existing run-downs; provide and install new fractured face rip rap and confinement wire. e. Complete all site grading as required. Provide and install erosion control turf reinforcement mat (TRM) and Coir Logs. Seed in accordance with attached specification 32-9219. 3. REQUIRED SUBMITTALS: Provide plans, cut sheets and/or shop drawings for the following items. Drawings and calculations (if required) shall be stamped by a licensed Architect and/or Professional Engineer in the state of New Mexico. a. Excavation Permit b. Safety and Health Plan c. AHA's for all work in accordance with EM 385-1-1 d. Environmental Protection Plan e. Schedule f. Seed, mulch, fertilizer and related data (see attached specification 32-9219) g. Erosion control materials (including staking material) h. Proposed Rip Rap i. Base course j. Bollard materials k. Wheel Stop materials l. Concrete (concrete shall be approved LANL mix design #44) 4. GENERAL REQUIREMENTS: A.QUANTITIES: The Contractor shall be responsible for all the requirements of this project. The Contractor shall accomplish a Construction Site Survey to verify existing site conditions and to obtain all required construction site measurements. B.LANL REGULATIONS: The Contractor shall follow all applicable LANL regulations and directives that pertain to; safety, security, fire regulations, traffic and personnel clearances to accomplish the work and meet all LANL training requirements. (See attachment A for minimum LANL training requirements) C.SAFETY: The Contractor shall abide by all OSHA, LANL and USACE EM 385-1-1 safety requirements while on LANL property, and shall review all applicable safety regulations before beginning work. The contractor shall provide as a minimum, signs, barriers, and or caution tape as a safety precaution where needed at the work site. D.PERMITS: The Contractor shall obtain all required permits prior to starting project work and shall provide a copy of all permits to the US Army Corps of Engineers COR to include; Environmental, excavation, burn, etc. E.WORK HOURS: The Contractor shall accomplish the project work during normal business duty days Monday through Thursday from 07:00 to 17:30 hours unless other arrangements have been made with the COR. Specific working hours will be discussed with USACE and the LANL Facilities Engineer during the project site visit. F.PERFORMANCE: The Performance Time for this Contract is one hundred twenty (120) days from the date of contract award. G.WORKMANSHIP, QUALITY, METHOD AND PROCESSES: The Contractor shall accomplish project work in accordance with the minimum requirements outlined in USACE Quality Control Standards, Federal and Local Building Codes. H.CHANGE ORDERS: Any changes to this Statement of Work must be requested in writing and made through the Corps of Engineers point of contact listed below. I.SUBMITTALS: The Contractor shall submit four (4) copies of each required submittal to the US Army Corps of Engineers COR for review and/or approval. Review will be accomplished within eight (8) business days or less. J.SITE ACCESS: All contractor personnel working on LANL property must possess a LANL access badge and comply with all requirements of LANL security policies. All personnel must be a US citizen with a clean background check in order to obtain a badge. The Contractor shall maintain access to other LANL buildings/properties at all times and shall minimize the disruption of services, disruption of normal building occupant activities, disruption of normal traffic flow and shall coordinate traffic control management to minimize traffic disruption when necessary. Equipment and materials shall be stored in designated areas unless otherwise approved by the COR. K.CLEAN-UP: The Contractor shall clean and remove all project debris from the project work area locations prior to terminating the project contract and prior to leaving the project job site daily. L.DAMAGES: The Contractor shall repair or replace any and all Government property damaged during the course of the contract. M.WARRANTY: The Contractor shall provide a one year written warranty to cover any deficiencies and failures as a result of Poor Workmanship and or project material defects. The Contractor shall correct any deficiencies and failures at the Contractor's own expense. All work shall be inspected and accepted by the COR prior to final payment. The work area shall be inspected for workmanship, completeness, and cleanliness. The Contractor shall be responsible to ensure all items meet applicable code requirements. N.SCHEDULE: The Contractor shall provide an accurate and acceptable work plan (schedule) that will include the number of days to complete each item on the Statement of Work (SOW). The Contractor shall coordinate with USACE prior to start of work and maintain communications throughout the life of the project to ensure the LANL mission is not affected and building continuity is maintained. O.CONTRACTOR REGISTRATION OF VEHICLES: All contractor or contractor employees' vehicles used for the performance of this contract shall comply with all local, state, federal and LANL regulations. Vehicle passes and personal passes are the property of the United States Government and shall be surrendered upon termination of employment or the end of the contract performance period. Additionally any pass shall be surrendered to LANL Security Forces upon demand to positively identify a person's need to be on LANL property. 5. PRODUCTS: A.MATERIALS: The Contractor shall provide project materials that are in NEW CONDITION; Project materials shall be properly stored and protected from damage. B.EXECUTION: The Contractor shall accomplish all work in accordance with the manufacturer's published specifications and installation instructions. 6.CONTRACT POINT-OF-CONTACTS: The US Army Corps of Engineers point of contact for this project is (primary) Mr. Kerry L. Horner (505) 818-8926. Please contact this individual to arrange entrance to the work area and to coordinate the work schedule. The secondary point of contact is Mr. Richard Banker (505) 427-6657. 7. SUBMITTALS LITERATURE: The Contractor shall, prior to start of work, submit four (4) sets of cut sheets to the USACE COR that show the characteristics of a product, and/or explains its operation, for each item listed in section 3. Review of each item will be made within eight (8) working days of receipt of the submittal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/Awards/W912PP-17-P-0068.html)
- Record
- SN04627492-W 20170816/170814231936-d41283dda5c391d120a4844fe1068069 (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 |