Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
AWARD

F -- SEEDING OF PROJECT LANDS DUE TO 2011 FLOODING

Notice Date
8/29/2011
 
Notice Type
Award Notice
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-11-Q-G023
 
Archive Date
9/28/2011
 
Point of Contact
MONICA DWYER, 402-667-7873
 
E-Mail Address
USACE District, Omaha
(monica.e.dwyer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W9128F-11-M-G023
 
Award Date
8/29/2011
 
Awardee
NORTHERN PLAINS CONSTRUCTION, INC. (791281954) <br> 27050 KERSLAKE PL<br> TEA, SD 57064-8132
 
Award Amount
$67,726.40
 
Line Number
0001
 
Description
US ARMY CORPS OF ENGINEERS, GAVINS POINT PROJECT LOCATED NEAR YANKTON, SD. POC: GARY LEDBETTER 402-667-2540 Description / Specifications Grading and Seeding Gavins Point Project 1. GENERAL. 1.1. SCOPE OF WORK. The contractor shall provide all necessary supervision, labor, equipment, tools, fertilizer, grass seed and mulch to finish grade, and seed Gavins Point Project lands. The size of the area in this contract is approximately 18 acres. These lands are managed by the U.S. Army Corps of Engineers, Gavins Point Project, Yankton, South Dakota. The contractor will ensure that all work will meet the requirements and be completed by the time set by the Contracting Officer's Representative ( COR ). 2.LOCATION OF WORK. The location of services covered by this contract will be the Nebraska Tailwaters Recreation Area, Training Dike Recreation Area, rock stockpile area along South Dakota Highway 52 and an area directly below the southeast side of Gavins Point Dam and just north of the fishing wall. Nebraska Tailwaters is located approximately three miles south of Yankton South Dakota and five miles west on Nebraska Highway 121. The Training Dike Recreation Area is located approximately 4 miles west of Yankton, South Dakota and 2 miles south of South Dakota Highway 52. The rock stockpile is located approximately 4 miles west of Yankton South Dakota. 3. CONTRACTOR FURNISHED SUPPLIES. The contractor will furnish all supplies necessary to complete this contract. This includes fertilizer 12-12-12 which is to be applied at a rate of 5 lbs. / 1000 sq. ft., KY-31 fescue and Fawn fescue each to be applied at a rate of 4 lbs. / 1000 sq. ft., and Perennial Rye grass at a rate of 2 lbs. / 1000 sq. ft. 4. PRODUCTS. 4.1. Quality. Weed seed shall be a maximum of 0.5 percent by weight of the total mixture. Seed shall all be of the latest season's crop and bearing the producer's guaranteed analysis for purity, germination, and weed seed content. 4.2. Permanent Seed Species. Grass seed mixture shall be proportioned by weight as follows: Name Pounds Pure Live Seed/ 1,000 Sq. Ft. ____________ _________________________________ KY-31 fescue 4 Fawn fescue 4 Perennial Ryegrass 2 4.3. Seed Species. Seed species may be mixed together by the seed supplier or the contractor on site. 4.4. Substitutions. Substitutions will not be allowed without written request and approval from the Contracting Officer. 4.5. Fertilizer. Fertilizer shall be controlled release commercial grade, free flowing and uniform in composition, and consist of a nitrogen-phosphorus-potassium ratio of 12-12-12. Fertilizer will be applied at a rate of 5 lbs./ 1000 sq. ft. 5. EXECUTION 5.1. Seeding Time. Seeding of these areas shall be completed between August 15 - September 7th 2011. When excessive moisture, or other unsatisfactory conditions prevail, the work shall be stopped when directed. When special conditions warrant a variance to the seeding operations, proposed alternate times shall be submitted for approval. If unforeseen conditions exists the seeding will be completed NLT May 15, 2012. 5.2. Equipment Calibration. Immediately prior to the commencement of seeding operations, calibration tests shall be conducted on the equipment to be used. These tests shall confirm that the equipment is operating within the manufacturer's specifications and will meet the specified criteria. The equipment shall be calibrated a minimum of once each day during seeding. The calibration test results shall be provided within 1 week of testing. 5.3. Site Preparation. Prior to seeding the contractor will ensure the site is properly prepared including grading. The contractor will notify the COR upon completion of finished grading so the finish grading can be inspected by the COR prior to seeding. 5.4. Seeding. The method of seeding in this contract shall be drilling. 5.5. Installation. Prior to seeding, any previously prepared surface compacted or damaged shall be reworked to meet the requirements of paragraph 5.3. Site Preparation. 5.6. Quantity Check. Materials provided in bags, the empty bags shall be retained for recording the amount used. For materials provided in bulk, the weight certificates shall be retained as a record of the amount used. The amount of material used shall be compared with the total area covered to determine the rate of application used. Differences between the quantity applied and the quantity specified shall be adjusted as directed. 5.7. Restoration And Clean Up. Existing turf areas, pavements, and facilities that have been damaged from the seeding operation shall be restored to original condition at the contractor's expense. Excess waste material shall be removed from seeded areas and shall be disposed of offsite. 6. OPTIONAL BID ITEM. IRRIGATION After the seeding is completed, the contractor shall irrigate all seeded areas in this contract until the grass reaches a minimum height of four inches. Water for this irrigation will be pumped by the contractor from the Missouri River which is adjacent to the project areas. 7. Safety. The contractor shall adhere to all pertinent regulations as specified in EM-385-1-1 Safety and Health Requirements Manual which can be obtained at the Gavins Point Project Office. 8. Damage to Government Property. The Contractor shall be responsible for restoring any Government facilities or structures damaged as a result of his/her operations. This includes, but is not limited to, electrical boxes, buildings, posts and mulch around vegetation. Mulch will not be disturbed in any mowing or trimming operation. The Contractor shall advise the Contracting Officer's Representative of any damage to government property due to his/her operations, vandals or other cause on the day he/she first notices or is informed of such damage. 9. Damage to Personal Property. The Contractor will be responsible for any damage to private property (electrical cords, camping units, vehicles, etc.) caused by work operations under this contract. The COR shall be notified of any such damage caused within 24 hours of the occurrence of such damage. 10. It is highly recommended that prospective bidders tour the work areas to be seeded. Appointments can be made by contacting Gary Ledbetter, Natural Resource Manager at 402-667-2540.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/Awards/W9128F-11-M-G023.html)
 
Record
SN02553663-W 20110831/110829235524-d4d31a71b394dfbae789736201675f82 (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.