Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
AWARD

C -- RECOVERY, Pajaro Flood Control Project - Revised NED and LPP, MOD 6, Pajaro River, California

Notice Date
7/14/2009
 
Notice Type
Award Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USA Engineer District, San Francisco, ATTN: CESPN-CT, 1455 MARKET STREET, San Francisco, California, 94103-1399, United States
 
ZIP Code
94103-1399
 
Point of Contact
James E Hallman, Phone: 4155036974, Fan-Wa Wong, Phone: 4155036949
 
E-Mail Address
james.e.hallman@usace.army.mil, FanWa.Wong@usace.army.mil
(james.e.hallman@usace.army.mil, FanWa.Wong@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912P7-06-D-0006-000106
 
Award Date
7/14/2009
 
Awardee
MWH Americas, Inc, 3321 Power Inn Rd Ste 300, Sacramento, California 95826-3893, United States
 
Award Amount
$19,898.48
 
Line Number
CLIN-0006
 
Description
U.S. Army Corps of Engineers San Francisco District 1455 Market Street, 15 th Floor San Francisco, California 94103-1398 MODIFICATION 6 Scope of Work For CESPN-ET-ED Date: June 11, 2009 CONTRACT NO.: W912P7-06-D-0006 TASK ORDER: 0001 CONTRACTOR: MWH Americas PROJECT: Pajaro Flood Control Project - Revised NED and LPP LOCATION: Pajaro River, California •1. DESCRIPTION OF SERVICES Due to the needs of revising the alternatives to include flood walls on top of levees (instead of currently planned levees only) so that the project foot print can be minimized in areas where there is an opportunity to reduce the impact to real estate, the current scope of work is no longer applicable for this changes. Therefore, this will require the following changes in the scope of work: •2. CONTRACTOR'S TASKS Task 1 - Revise NED and LPP Designs Contractor shall revise the draft NED and LPP civil designs to include a combination levee/floodwall along portions of the tributaries that are confined by critical development. The revisions in this modification are based on review of the draft civil designs during a coordination meeting with the real estate and environmental team. This task will include revisions to the NED and LPP plans and profiles, cross sections, quantity and cost estimates, civil design sub-appendix, and real estate mapping. •3. SCHEDULE & DELIVERABLES Initial submittal - The Contractor shall provide the Government with one completed initial submittal at 90% completion and one completed set (AutoCAD version 2007 or higher) of digital orthophotography on CD for review within forty-five calendar days of the official notice to proceed. The Government reserves a period of fourteen calendar days to comment on this submittal. Final submittal - The final submittal shall contain all the revisions required as a result of the Government's initial review. The final submittal shall consist of two hard copies and one set of digital orthophotography on CDs. All electronic submittals shall be forward to the Government via email in Word and hard copies via regular mail. Each shall be type written single-spaced on 8.5-in. x 11-in. paper. Figures may be printed on 11-in. x 17-in. paper. The A-E contractor shall submit an electronic copy of the final report in Microsoft Word version 2003 format or newer, exclusive of large maps. Large maps and/or drawings shall be submitted electronically in accordance with the following paragraphs. All submittals shall be mailed or delivered to: CADD Standards CADD drawings shall be prepared in accordance with the applicable provisions of the "Architectural/Engineering/Construction (A/E/C) Computer-Aided Design Standards" (Available for download at https://cadbim.usace.army.mil/CAD ) with the exception that the San Francisco District will supply their two title blocks, one for the coversheet and one for the rest of the sheets of project in electronic format). Standard drawing size shall be ANSI D. US English working units and Government's standard file-naming convention shall be used. The A-E contractor shall submit a written request for approval of any deviations from the Government's established CADD standards. No other deviations from the Government's established CADD standards will be permitted unless prior written approval of such a deviation has been received from the Government. OWNERSHIP The Government for itself and such others as it deems appropriate, will have unlimited rights under this contract to all information and materials developed under this contract and furnished to the Government and documentation thereof, reports, and listings, and all other items pertaining to the work and services pursuant to this agreement including any copyright. Unlimited rights under this contract are rights to use, duplicate, or disclose text, data, drawings, and information, in whole or part in any manner and for any purpose whatsoever without compensation to or approval from the A-E contractor. The Government will have access to and the right to make copies of the above mentioned items. All text, electronic digital files, data, and other products generated under this contract shall become the property of the Government. By reference, the following DFAR clauses are included in this scope of work as part of the requirements herein: DFAR 252.227-7013, "Rights in Technical Data - Noncommercial Item." DFAR 252.227-7018, "Rights in Noncommercial Technical Data and Computer's Software-small Business Innovation Research (SBIR) Program" DFAR 252.227-7019, "Validation of Asserted Restrictions-Computer Software." DFAR 252.227-7028, "Technical Data or Computer Software Previously Delivered to the Government." DFAR 252.227-7037, "Validation of Restrictive Markings on Technical Data." •1. GOVERNMENT-FURNISHED MATERIAL The Government will furnish the A-E contractor the following materials: •a. A/E/C CADD Standards (Available for downloading at https://cadbim.usace.army.mil/CAD ). •b. Model of contractor Statement of Quality Control, and the Government's Quality Management Guidance. •c. Existing study documents •d. Engineer Regulation, Engineer Circular, Engineer Manual, and Engineer Technical Letter's available at http://www.usace.army.mil/publications/ •2. COST PROPOSAL A cost proposal shall be submitted for the work described in this scope of services. The cost proposal should be broken down in to subtotals as follows: A-E contractor office support (personnel, time, rates, and misc.) Performance of required tasks (personnel, time, rates, and misc.) Performance of required tasks by subcontractors (personnel, time, and rates, as appropriate) Report preparation (personnel, time, rates, and misc.) Other direct cost The cost proposal must be presented in such a manner to facilitate the Government's review and analysis. MONTHLY SAFETY EXPOSURE REPORT The Contractor shall submit the "USACE Summary of Contractor Work-Related Injuries and Illnesses" and "USACE PRIME CONTRACTOR, Monthly Record of Work-Related Injuries/Illnesses & Exposure in electronic spreadsheet format and signed hard copy reports through e-mail and by mail. It is required that contractors to submit the two forms in excel format and these two forms in excel formats can be downloaded from the link below: http://www.hnd.usace.army.mil/safety/Safety_Pol_Reg_Docs.aspx Under "General Safety and Occupational Health" Table, pick the first row from the table "29 CFR 1904", right column from the 20 CFR 1904, "USACE Prime Contractor Monthly Record of Accidents and Exposure Hours". Two Government POC's can be contacted for further information of "Monthly Safety Exposure Reports":
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/Awards/W912P7-06-D-0006-000106.html)
 
Record
SN01874673-W 20090716/090715000032-985712e1084149d5bdb7ec4ae55d6db1 (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  © 1994-2020, Loren Data Corp.