AWARD
Y -- RECOVERY--Y--RECOVERY: Field Fence around the Spillway Cycle Area at Tuttle Creek Lake.
- Notice Date
- 8/17/2009
- Notice Type
- Award Notice
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-09-T-1035
- Archive Date
- 9/16/2009
- Point of Contact
- Gregory Wurst, 785-539-8511<br />
- E-Mail Address
-
US Army Engineer District, Kansas City
(gregory.j.wurst@usace.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912DQ-09-P-0196
- Award Date
- 8/11/2009
- Awardee
- Eickholt Fencing and Excavating<BR>6055 Thomas Creek Road <BR>Junction City, Kansas 66441
- Award Amount
- 30,000 Recovery
- Line Number
- 0001
- Description
- RECOVERY: The contractor shall provide all labor, equipment and materials to install APPROXIMATELY 4000 (243 rods) of 54 high field fence along portions of the boundary shown on the attached map of the Tuttle Creek Lake Spillway Cycle Area located off Dyer Road below Tuttle Creek Dam. All distances are approximations and should be verified by a site visit. Materials All fence material shall be new. The fence shall be made of RedBrand Multi-Use Woven Field Fence, Monarch style #1047-6-9 wire with a barbless barb wire six inches above the field fence. Line posts shall be 6 Commercial Standard 185-51, studded-T steel posts (1.33 lb/ft), with two coats of aluminum pigmented baked enamel set a maximum of 15 feet apart and set 2 in the ground. Line braces for continuous fence runs shall be spaced no further than 800 feet apart. The fence shall be braced wherever there is a change in fence direction or a change in elevation greater than 25 degrees. Brace posts shall be 8 tall; 6-8 round pressure treated or hedge and shall be set 36 in the ground. Brace wire should be #9 smooth galvanized. This contract includes clearing of vegetation along the fence alignment and all clearing shall be kept to the minimum necessary to construct the fence. The Inspecting Officer, Mark Krause, prior to that clearing activity being undertaken, shall approve any clearing in excess of 10 feet wide. All slash/vegetation 3 in diameter or less may be disposed of outside the fence at the Spillway Cycle Area. All cut timber 3 or greater in diameter resulting from fence construction must be removed from the fence alignment area to an approved disposal area or salvaged by the contractor. Brush may be disposed of by placing it at the Corps burn site near the Spillway Cycle Area or it can be removed and salvaged for firewood, chips or other uses by the contractor. Within reason the extent of clearing will be left to the bidder to make the most economical decision to construct the fence. Fence Location The Spillway Cycle Area is shown on the attached drawings. One portion of the new fence (A) will go from an existing fence near the parking lot of the Spillway Cycle Area along the top of the east side of the Spillway, the west side of the Cycle Area, to an existing fence which runs along the road in the River Pond State Park that crosses the spillway. Another fence (B) will run from the southeast end of the existing fence along the road in the River Pond State Park that crosses the spillway, along Dyer Road until it can make a 90 degree corner northwest to the southeast corner of the existing fence around the storage area. The third fence (C) will go from the northwest corner of the existing storage area fence to the fence along the River Pond road. Much of the area is very rocky, wooded and will require many corner and brace posts to complete fence construction. The Tuttle Creek Corps of Engineers must be notified one week before work begins. The Contractor must be registered with the Central Contractor Registration and the Online Representation and Certification Application. This can be done at https://www.bpn.gov/CCR/scripts/index.html and https://www.bpn.gov. A visit to both sites is strongly recommended prior to submittal of a bid. If you have any questions please call Greg Wurst at 785-359-8511 X 3171 or Mark Krause 539-8511 X 3164. This job must be completed by September 20, 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/Awards/W912DQ-09-P-0196.html)
- Record
- SN01913891-W 20090819/090818000247-71e0c00ea7b42c58c1a2a3d4c27aefdd (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 |