Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
AWARD

56 -- RECOVERY --- Dry Creek Outlet Channel Riprap Replacement

Notice Date
9/24/2009
 
Notice Type
Award Notice
 
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
 
Archive Date
10/9/2009
 
Point of Contact
Rick Vredenburg, Phone: 4155036986
 
E-Mail Address
rick.p.vredenburg@usace.army.mil
(rick.p.vredenburg@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912P7-09-P-0090
 
Award Date
9/24/2009
 
Awardee
Northern Aggregates, Inc., PO Box 1566, Willits, California 95490, United States
 
Award Amount
$64,875.00
 
Line Number
0001
 
Description
SCOPE OF WORK - ARRA Work Item # 47A PRODUCTION and DELIVERY of STONE REVETMENT for OUTLET CHANNEL EROSION REPAIR SITE B WARM SPRINGS DAM / LAKE SONOMA PROJECT 1. 0 LOCATION The delivery site is located at the U.S. Army Corps of Engineers' (Corps) Warm Springs Dam / Lake Sonoma Project. The Federally owned project is located approximately 14 miles northwest of Healdsburg, California and is accessible via Dry Creek Road and Skaggs Springs Road. The Contractor would be delivering materials just upstream of the project's outlet channel near the toe of the dam. See attached Sheet 1 for location and site maps. 2.0 PURPOSE The Government plans to stockpile 1500 tons of 27-inch size graded riprap (stone revetment). The revetment would be used to repair erosion damage to the project's outlet channel at a later time, under separate contract. The Contractor would be tasked with the procurement and delivery of materials. 3.0 GENERAL CONTRACT REQUIREMENTS The Contractor shall take no direction from any government employee or any other person than the Contracting Officer that changes the terms and conditions of this contract action, the scope, or any change that impacts the price or schedule. Changes authorized by the Contracting Officer will be in the form of a written official signed modification to the contract action received by the Contractor before the Contractor shall act upon the changes. Contracting Officer Representatives (CORs) are limited to the authorities stated in the COR appointment letters. The government will provide no materials or supplies. The Contractor is responsible for all costs related to performing this contract and its successful completion. All work, materials, and equipment will be subject to the control and approval of the Contacting Officer's Representative. 4. 0 COMMENCEMENT, PROCECUTION, AND COMPLETION OF WORK The Contractor shall be required to prosecute the work diligently, and complete all work within 30 calendar days following official notice to proceed. The Contactor shall not begin on-site deliveries earlier than 7:30 am and end deliveries later than 5:30 pm. Work activity shall not unnecessarily hinder vehicular and pedestrian traffic to the Project's fish hatchery facility. 5.0 SUBMITTALS The Contractor shall provide submittals to the Contracting Officer for approval. The Contractor shall not be permitted to start work, or paid in full, until all submittals labeled (GA) have been submitted and approved by the Contracting Officer. Items labeled (FIO) are for information purposes only. The Contracting Officer will issue the Contractor a written order to proceed with the work after all submittals are accepted and approved. The Contractor shall submit the following items: a) Safety Plan (GA) b) Certificates of Insurance (GA) c) Valid Certification of Quarry (rock source) by Corps of Engineers Office (GA) d) Quality Compliance Tests for Stone Revetment (GA) e) Weigh Bills and Delivery Tickets (GA) f) List of proposed Subcontractors (FIO) 6.0 STONE PROTECTION SPECIFICATIONS All stone revetment material shall be provided by the contractor and delivered according to the following specifications. 6.1 Measurements 6.1.1 Weigh Bills and Delivery Tickets. Copies of weigh bills or delivery tickets for each truck load of stone protection shall be submitted to the Contracting Officer's Representative (COR) during the progress of the work. The contractor shall furnish the COR scale tickets for each load weighed, which shall include date, time, and location of loading. Individual tickets shall be delivered to the COR at the time of delivery. Measurement for payment for stone revetment will be limited to material which is accepted and in accordance with Section 6.4 Stone Acceptance. 6.1.2 Scale Weight Measurement. Scales used for measurement may at the option of the contractor, be either public scales or approved scales provided by the contractor. Vehicles used for hauling materials shall be weighed empty daily and each shall bear a plainly legible identification mark. The Contractor shall furnish the CFR scale tickets for each load of materials weighed and certified in accordance with Division 5, Business and Professions code of the State of California, Division of Weights and Measures, Sacramento, California. Tickets shall include tare weight and identification mark of each vehicle. Contractor scales shall be equipped with a type registering beam and an over under indicator, and be capable of accommodating the entire vehicle. Scales shall be sealed by a representative of the State agency referred to above at the expense of the Contractor. When the Contractor's scales are used, the contractor shall be certified and bonded as a licensed weigh master in the state in which the work under this contract is performed. 6.2 Quality Compliance. Test Results and service records may be used to determine acceptability of the stone revetment materials. In the event compliance test reports and/or service records are not available, the Contractor shall furnish to the government at no additional cost, other stone meeting the requirements of these specifications. Test results and service records supplied by the Contractor and/or quarry must be within the last five years (exceptions permitted as determined by the Contracting Officer or COR) to be acceptable to the government. If the quarry has not done testing in the last 5 years, the Contractor must have the specified tests done. 6.2.1 Quality Compliance Tests for Stone Protection. Stone revetment shall meet the following physical test requirements. Furthermore, the contractor shall supply the government with the test results for approval : Test Test Method Requirement _______________________________________________________________ Specific Gravity (Bulk SSD) ASTM C 127 2.65 Minimum Absorption ASTM C 127 2.0 % Maximum Magnesium Sulfate or Sulfate Soundness ASTM C 127 10 % max. loss Abrasion Loss ASTM C 135 40 % max. loss Wetting and Drying ASTM D 5313 No Fracturing (as presented below) The Wetting and Drying test (ASTM D 5313) is modified and performed in the following manner: The initial step of the test is the careful examination of the entire sample and the selection of representative test specimens. The piece should be large enough to produce two cut slabs, 1 inch (25.4 mm) thick +/- 1/4 inch (6.35 mm) with a maximum surface area of 30 square inches (193.5 cm) on one side. Two chunks approximately 3 by 4 inches (76.2 mm by 101.6 mm) are also chosen. The slabs and chunks are carefully examined under a low-power microscope and all visible surface features are noted and recorded. The specimens are then oven dried at 140 degrees F (60 degrees C), for eight hours, cooled and weighed to the nearest tenth of a gram. The test specimens are photographed to show all surface features before the test. The chunks and slabs are then subjected to 15 cycles of wetting and drying. One slab and chunk are soaked in fresh tap water, and the other slab and chunk soaked in salt water prepared in accordance with ASTM D 1141 (substitute ocean water). Each cycle consists of soaking the sample for sixteen hours at room temperature and then drying in an oven for eight hours at 140 degrees F. After each cycle the specimens are examined with the low-power microscope to check for opening or movement of fractures, flaking along edges, swelling of clays, softening of the rock surface, heaving of micaceous minerals, breakdown of matrix material, and any other evidence of weakness developing in the rock. The cycle in which any of these actions occurs is recorded. After fifteen cycles, the slabs and chunks are again carefully examined and all changes in the rocks are noted and recorded. The test specimens together with all flakes or particles which come off during the test are oven dried, weighed, and photographed. In addition to the above tests, the stone shall be subject to a petrographic and x‑ray diffraction analysis in accordance with ASTM C 295. The stone must not contain any swelling expansive type clays (illite or montmorillonite). 6.3 Revetment Gradation. 6.3.1 Stone Revetment. Stone shall be angular in shape. Neither the breadth nor the thickness of any piece of stone shall be less than one- third its length. Stone revetment as delivered shall lie between the grading limits specified below. Gradation Envelop for 27-inch Riprap Weight of individual Pieces (pounds) Percent Passing by weight 1000 100 750 85-95 250 30-50 35 0-15 6.4 Stone Acceptance. Upon delivery all stone shall be subject to acceptance by the contracting officer's representative. Acceptance of any stone shall not constitute acceptance of all stone from the contractor's source. All accepted stone shall be: a) Sound, durable, hard and free from laminations, weak cleavages, soft-mineral filled seams, iron stained joints, undesirable weathering, or blasting or handling-induced fractures (or fracture zones which subtend more than 1/3 of the total circumference of the stone along the plane of fracturing). b) Such character that it will not disintegrate from the action of air, water, or the conditions of handling and placing. c) Clean and free from earth, clay, refuse, or adherent coatings. d) In accordance with the specifications set forth in sections 6.2 6.5 Rejected Stone. The government reserves the right to reject any material of unsuitable quality and/or size distribution as required in sections 6.2, 6.3, & 6.4. Any rejected stone shall be removed from the project at no additional cost to the government. Any portions of the work covered by these specifications containing rejected stone shall be considered incomplete. 7.0 QUALITY CONTROL The contractor shall establish and maintain quality control for all quarrying, loading and delivery operations to assure compliance with contract requirements and maintain records of his quality control for all operations including but not limited to the following: Quarry stone Quality of furnished stone Gradation of stone The records of such quality control and any corrective action taken to maintain contract compliance will be documented by the Contractor. None of the above requirements shall be construed as abrogating the right of the government to inspect the work and to direct changes when required to conform to the specifications. 8.0 HEALTH AND SAFETY REQUIREMENTS 8.1 Work Safety. All work must be done in a safe manner, meeting all current OSHA regulations, and requirements contained in EM 385-1-1, Safety and Health Requirements Manual. The EM is available at http://www.usace.army.mil/usace-docs/eng-manuals/em385-1-1/toc.htm. Work will also comply with any other applicable Federal, State, and local codes. If conflicts arise between standards then the most stringent will apply. 8.2 Personnel. The Contractor shall furnish competent, safety conscious personnel. If employees prove to be incompetent, the Contractor will remove them and provide satisfactory employees at no additional cost to the government. 8.3 Equipment. a. The equipment used by the Contractor for the specified service will be in satisfactory operating condition and will be maintained in this condition. The Government reserves the right to require the Contractor to discontinue the use of unsatisfactory equipment and to require that all such equipment be replaced. The decision of the Contracting Officer's Representative as to serviceability of the equipment will be final. b. Equipment must meet current Federal, State, and local safety requirements and all applicable requirements of EM 385-1-1, Safety and Health Requirements Manual. 9.0 REPORTING REQUIREMENTS 9.1 Certification. The Contractor must hold any licenses or certifications required by the State of California and be registered with the local county as needed, and provide proof of any certification before the start of work. The Contractor is responsible for any permits required to perform services. 10.0 ACCIDENT RECORDS The Contractor shall maintain an accurate record of, and will report to the Contracting Officer's Representative in the manner and on the forms prescribed by the Contracting Officer's Representative, all accidents resulting in death, traumatic injury, occupational disease, and damage to property, materials, supplies, and equipment incidental to work performed under this contract. 11.0 CALL-OUT NUMBER The Contractor shall maintain a telephone number and means of contact during normal business hours, Monday through Friday. The contact may be a person or answering service or machine. Once the Corps has notified this contact, the Contractor will be considered officially notified when called for problems or other work related items. 12.0 COORDINATION MEETING Before start of construction, the Contractor shall meet with the Contracting Officer's Representative or in this case the facility engineer, and discuss the contract details. During the meeting, a mutual understanding of the system details shall be developed, including operations, control activities, safety, and access. Minutes of the meeting shall be prepared by the Government and signed by both the Contractor and the Contracting Officer's Representative. 13.0 SIGNAGE & TRAFFIC CONTROL The contractor shall provide all proper signage and applicable traffic control during all work activities. Signage and traffic control procedures shall meet the specifications set forth in latest edition of the California Manual on Uniform Traffic Control Devices. 14.0 CLEANUP AND SITE RESTORATION At no additional cost to the Government, the contractor shall restore the work site to pre-work condition. Restoration activities include but are not limited to the following items: -Access road deterioration -Access gate damage - Security fence damage 15.0 GOVERNMENT ACTION AND INSPECTION 15.1 Definitions. "Services" as used in this clause, includes work or services performed, workmanship, and materials furnished or utilized in the performance of services. 15.2 Rights. The Government has the right to inspect and test all services called for by the contract, to the extent possible at all times and places during the term of the contract. The Government will perform inspections in a manner that will not unduly delay the work. 15.3 Inspection. The Contractor must be present during the final inspection of the work by Federal, State, or local inspectors. Any deficiencies noted during the inspection will be corrected by the Contractor before final payment will be authorized. 15.4 Non- Compliance. If any of the services do not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract specifications, at no increase in contract amount. When the defects in services cannot be corrected by re-performance, the Government may: a) require the Contractor to take necessary action to ensure that future performance conforms to contract requirements and, b) reduce the contract price to reflect the reduced value of the services performed. 15.5 Repeated Non-Compliance. If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may: a) by contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service or, b) terminate the contract for default.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/Awards/W912P7-09-P-0090.html)
 
Record
SN01968736-W 20090926/090925000326-cc2e401e71d69876d23140e1fbdacc92 (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.