Albeni Falls Project Fencing

Agency:
State: Idaho
Type of Government: Federal
FSC Category:
  • 56 - Construction and Building Materials
NAICS Category:
  • 238990 - All Other Specialty Trade Contractors
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Mar 7, 2024
Due Date: Mar 27, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Albeni Falls Project Fencing
Active
Contract Opportunity
Notice ID
W912DW24Q0013
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST SEATTLE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Mar 07, 2024 01:54 pm PST
  • Original Published Date: Feb 27, 2024 08:42 am PST
  • Updated Date Offers Due: Mar 27, 2024 02:00 pm PDT
  • Original Date Offers Due: Mar 08, 2024 05:00 pm PST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 11, 2024
  • Original Inactive Date: Mar 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5660 - FENCING, FENCES, GATES AND COMPONENTS
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    Oldtown , ID 83822
    USA
Description View Changes

3/7/2024 AMEND 0001 SF30 to the RFQ. Due to unexpected conflicts. The site visit has been changed again. This time to Thursday 21 MARCH 2024 10:00am Local Time. Also the closing date has been extended to Wednesday March 27, 2024 2:00pm Local Time. See attached SF30 for full details and specific site visit registration and details.



*Note: See attached Statement of Work & Request For Quote for complete project details.



Modification 0001: SIte visit changed to 12 March 2024 at 10 am, extension to solcitation deadline to 19 March 2024.





Scope of Work



Albeni Falls Project Fencing Contract



Albeni Falls Dam, Idaho







General Information









1. General: This is a non-personal requirement to provide services consisting of repair, replacement and/or newly constructing fencing at the Albeni Falls Dam Project. The project office is located at 2376 E Highway 2, Oldtown Idaho, 83822. The Government shall not exercise any supervision or control over the contractor. Subcontractors shall be accountable solely to the Contractor who, in turn is responsible to the Government.





1.1 Description /Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, parts, supervision, and other items to accomplish this non-personal services requirement necessary to perform the replacement/construction as defined in this Statement of Work (SOW). The contractor shall perform to the standards in this contract.





1.2 Background: The United States Army Corps of Engineers manages the Albeni Falls Powerhouse. It is their responsibility to ensure protection, integrity, and stewardship of public lands and infrastructure under their jurisdiction. A part of the management requires proactive inspection and replacement/reinforcement of boundary identification such as fences, line signage, blazing, clearing, and survey monuments to ensure boundary lines are clearly defined and visible to adjacent properties, which is helpful in preventing encroachments and trespasses. Currently there are areas in and around the powerhouse where no fencing currently exists, areas which have been damaged and need repaired, and areas not designed to required security standards.





Fencing work is needed at:





Albeni Falls Dam Project Powerhouse 2376 E. Highway 2 Oldtown, Idaho 83822





1.3 Principal Items to be Accomplished:



All work must be accomplished in accordance with the material and installation standards found in sections 1.3.1 and 1.3.2 of this contract. Installation details found in Technical Exhibit 8, must also be followed.







Base Bid Item 0001 – Powerhouse Repairs Near Transformer Yard



Refer to Technical Exhibits 1a and 1b.





Technical Exhibit 1a:



Part A: Replace vertical barbed wire with two (2) perpendicular 3’ chain link panels with 7’ fabric height. Install 18” diameter strand of razor wire vertically along inside edge of newly installed chain link panel nearest “Part B”.





Part B: Add 18” razor wire on inside edge of fence above top horizontal rail. See red line on Technical Exhibit 1a for location. Length is 20’.



Gate: Extend height of gate 14” and extend fabric to account for additional gate height. Reinstall 3 strands of barbed wire at top of gate. Gate is 3.5’ wide.





Technical Exhibit 1b:



Part C: Raise end post 20” as represented by red cylinder on Technical Exhibit 1b. Replace all barbed wire and terminate barbed wire at end posts, not outriggers. Replace vertical barbed wire that hangs over cliff edge with a minimum of a 4’ wide by 6’ tall, cantilevered chain link panel. Add 18” razor wire along entire length of inside edge of barbed wire and outriggers and down the side of the newly installed chain link panel that hangs over the cliff edge. Length of fence is 30’.





Note that fall protection is required when working in the area near the cliff edge. An accident prevention plan, fall protection plan, and activity hazard analysis is required to be submitted for government approval prior to start of work. Examples of these documents can be found in the EM 385-1-1.





Base Bid Item 0002 – Powerhouse Repairs Near Entrance Gate



Refer to Technical Exhibit 2.





Install new 18” diameter razor wire vertically at slide gate on end closest to the powerhouse. See red rectangle on Technical Exhibit 2 for location. Razor wire shall extend from the conduit mounted on the vertical concrete wall to the top of the security gate. Total length of razor wire is 12’.





Note that fall protection is required when working in the area with fall hazard. An accident prevention plan, fall protection plan, and activity hazard analysis is required to be submitted for government approval prior to start of work. Examples of these documents can be found in the EM 385-1-1.







Base Bid Item 0003 – Powerhouse Repairs Near Spillway Side of Island



Refer to Technical Exhibit 3.





Install (1) 10’ section of security fence with 8’ fabric, (1) end post, outriggers, and barbed wire per security fence specifications. Tie this portion of fence into the existing fence located on the spillway side of the island near the spillway gate maintenance pit. A 4’ long section of fence is also required on the downhill side and running perpendicular to the newly installed fence to block the opening between the new fence section and the spillway’s concrete structure. Install 18” diameter razor wire on any portion that does not adequately deter climbing over fence. Follow security fence specifications for construction and installation.





Base Bid Item 0004 – Powerhouse Repairs on South Abutment



Refer to Technical Exhibits 4a, 4b, 4c, and 4d.





Technical Exhibits 4a and 4b:



Existing fence fabric needs to be lowered to within 2” of the ground in multiple locations on South abutment fence. In areas where fabric lowering does not bring fabric to within 2” of the ground due to uneven terrain, rebar shall be epoxied into holes that are rotary drilled into the rocky terrain at spacing no greater than 6” to fill the gap. There is approximately 250’ of fencing that needs to be lowered.





Technical Exhibit 4c:



Readjust approximately 20 outriggers and tack weld into position.





Base Bid Item 0005 – Powerhouse Repairs on South Abutment Western Edge



Refer to Technical Exhibits 5a, 5b and 5c.





Technical Exhibit 5a:



Extend gate post height by 6”. Remove outriggers and barbed wire. Install new barbed wire and attach to raised gate posts. Install new 18” diameter strand of razor wire on inside edge of new barbed wire. Tack weld clamp holding gate latch to fence post in place so clamp cannot rotate. Gate is 12’ wide.





Technical Exhibit 5b:



Remove and replace all barbed wire and razor wire along this section. Barbed wire shall be attached to end posts at termination and not outriggers, per security fencing specifications. Readjust any outriggers as required and tack weld into place. Total length of fence in this area is 70’.



Technical Exhibit 5c:



Extend fence post shown in red by approximately 12” to provide attachment point for barbed wire. Remove and replace all barbed wire in locations indicated by red lines. Replace razor wire in locations that it was removed. Total length of fence in this area is 35’.





Note that fall protection is required when working in the area near the cliff edge. Technical Exhibit 5c is near a cliff edge. An accident prevention plan, fall protection plan, and activity hazard analysis is required to be submitted for government approval prior to start of work. Examples of these documents can be found in the EM 385-1-1.





Base Bid Item 0006 – Powerhouse Repairs on South Abutment Eastern Edge



Refer to Technical Exhibit 6





Replace vertical barbed wire with 5’ wide by 6’ tall, cantilevered chain link panel. Install 18” diameter razor wire along perimeter of panel.





Note that fall protection is required when working in the area near the cliff edge. Technical Exhibit 6 is near a cliff edge. An accident prevention plan, fall protection plan, and activity hazard analysis is required to be submitted for government approval prior to start of work. Examples of these documents can be found in the EM 385-1-1.












      1. Materials:









Standards for security fencing materials at the powerhouse:





Fabric and Accessories






  1. Fencing fabric must be mounted on steel posts that are set in concrete with additional bracing at corners and gate openings, as necessary.

  2. If steel posts are not available, reinforced concrete posts will be used.

  3. Posts, bracing, and all other structural members must be placed on the secure side of the fencing fabric.

  4. Fencing fabric shall consist of FS RR-F191/1, Type 1, zinc-coated steel wire with minimum coating weight of 1.2 ounces of zinc per square foot of coated surface.

  5. Fencing fabric must be minimum 9-gage wire mesh and mesh openings must be not be greater than 2-inches per side.

  6. Fence fabric material will be galvanized steel.

  7. The fencing fabric must be extended to within 2-inches of firm ground and anchored, using horizontal bottom rails, tension wires, concrete curbs, sills, sheet piling, piping, or other materials.

  8. Horizontal bottom rails, concrete curbs, or sills can assist in mitigating an intruder from lifting the fence fabric beyond the requirement above.

  9. Mesh openings in chain link fencing are intended to not be covered, blocked, or laced with material which would prevent a clear view of personnel, vehicles, or material in outer clear zones.

  10. Locate all posts, rails, bracing and tension wires on the secure/protected side, i.e. inner side, of the fencing fabric.

  11. Select the framework components and material from ASTM F626, ASTM F1043, and ASTM F1083. Tension wire shall be 7-gauge galvanized spring steel wire.

  12. Ferrous accessories shall be zinc or aluminum coated.





Fence Fabric Height






  1. Unless otherwise directed all security and perimeter fencing must have a minimum fence fabric height of 7 feet, excluding the top guard.

  2. Fence height including outriggers must be a minimum of 8 feet.





Posts, Rails, and Braces






  1. Posts must be vertical within plus or minus 2 degrees in each direction.

  2. Determine the embedment depth of the fence posts and associated footings considering wind load, local soil conditions, and the potential for wind and water erosion.

  3. Posts for security fencing must be spaced, embedded, and encased in concrete according to the design details in Appendix A.

  4. Concrete shall comply with ASTM C-94 using ¾ inch maximum size aggregate and having a minimum compressive strength of 3,000 PSI at 28 days





NOTE: Steel pipe is available in two grades: A or B. Grade A is zinc-coated with 1.8 ounces per square foot of zinc. Grade B consists of a zinc-coating with 0.9 ounce per square foot, a chromate conversion coating, followed by a clear acrylic or polyester coating. Grade A pipe which has the heavier zinc-coated interior may be desired in some coastal regions located in highly corrosive salt-laden environments to prevent rust caused by condensation inside the pipe. Grade A or Grade B pipe may be used in inland and desert areas, provided Grade B pipe meets the salt spray test.





Line Posts






  1. Provide minimally acceptable end, corner, and pull posts as follows: 2.375-inch O.D. Galvanized.





End, Corner, and Pull Posts





Provide minimally acceptable end, corner, and pull posts as follows:






  1. Grade A: DN70 2.875-inch O.D. pipe weighing 5.79 pounds per linear foot, Or Grade B: DN70 2.875-inch O.D. pipe weighing 4.64 pounds per linear foot.





Sleeves






  1. Provide sleeves for setting into concrete construction of the same material as post sections, sized 1 inch greater than the diameter or dimension of the post.

  2. Weld flat plates to each sleeve base to provide anchorage and prevent intrusion of concrete.







Top Rail






  1. Provide top rails with a minimum of DN40 1.660 inches O.D. pipe rails.

  2. Grade A weighing 2.27 pounds per linear foot, Or Grade B weighing 1.82 pounds per linear foot.

  3. Provide expansion couplings 6 inches long at each joint in top rails.





Center Rails Between Line Posts






  1. Provide DN40 1.660 inches O.D. pipe center rails,

  2. Grade A weighing 2.27 pounds per linear foot Or Grade B weighing 1.82 pounds per linear foot.





Bottom Rail






  1. Provide bottom rail conforming to minimum sizes specified in FS RR-F-191/3 for each class and grade unless members are to be oversized.





Post-Brace Assembly






  1. Provide bracing consisting of DN40 1.660 inches O.D. pipe

  2. [Grade A weighing 2.27 pounds per linear foot] Or [Grade B weighing 1.82 pounds per linear foot] and 3/8-inch adjustable truss rods and turnbuckles.

  3. Provide bracing for each gate, terminal, and end post.

  4. Install truss rods diagonally from near ground level of the gate, terminal, or end post to within 6 inches from the top of the fabric at the adjacent line post.

  5. Fencing fabric can be securely fastened to tension wires on the top and bottom with 9 gage galvanized tie wires incorporating at least three full twists, 9 gage round wire galvanized hog rings, or in a manner that provides a tensile strength equal to or greater than the strength of the fencing fabric.

  6. Consider securing all fastening and hinge hardware by peening or welding to prevent disassembly of fencing and gate components where warranted by the required level of protection.





Stretcher Bars






  1. Provide bars that have one-piece lengths equal to the full height of the fabric with a minimum cross section of 3/16 by ¾ inch, in accordance with ASTM F626.





Stretcher Bar Bands






  1. Provide bar bands for securing stretcher bars to posts that are steel, wrought iron, or malleable iron spaced not over 15 inches on center.

  2. Bands may also be used in conjunction with special fittings for securing rails to posts. Provide bands with projecting edges chamfered or eased.







Post Tops






  1. Provide tops that are steel, wrought iron, or malleable iron designed as a weathertight closure cap.

  2. Provide one cap for each post unless equal protection is provided by a combination post-cap and wire supporting arm.

  3. Provide caps with an opening to permit through passage of the top rail.





Top and Bottom Selvages






  1. Selvage is the edge finish on woven chain link fabric joining pairs of pickets.

  2. The selvage may be knuckled or twisted depending on application.

  3. Knuckled selvage is defined as the type of selvage obtained by interlocking adjacent pairs of wire ends and bending the wire back into a loop.

  4. Twisted is obtained by twisting adjacent pairs of wire ends together in a close helix of 11⁄2 machine turns, which is equivalent to three full twists.

  5. Twisted selvage must be provided on the top of the fence fabric to deter climbing.

  6. Twisted selvage must be provided at the bottom of the fence fabric to deter borrowing unless the fence has a bottom rail, is buried, or encased in concrete.

  7. In these applications the selvage may be knuckled.





See Figure 2-2 for selvage examples









Figure 2-2 Selvage







Top Guards, Barbed Wire and Concertina Wire






  1. When required, install outriggers (support arms) at 45-degree angles in a single arm (towards the threat side) or “Y”/”V” configuration, constructed of a single or double outrigger consisting of 18-inch arm(s), each having three strands of barbed wire at regular intervals along the top of the fence.

  2. The outriggers must provide a minimum of an additional 12-inches to the fence height.

  3. The top guard fencing adjoining gates may range from a vertical height of 18-inches to the normal 45-degree outward protection, but for a limited distance along the fence line to adequately open the gates.

  4. Outriggers must be permanently affixed to the fence posts with screws or by spot welding.

  5. Screws used to affix outriggers to posts must be made tamper-proof either by design, peening, or welding.





Outrigger/Barbed Wire Arm Material Specifications






  1. Top guards must be constructed of the same material as the other fencing components in accordance to ASTM F626. See Appendix 9A for details.





Barbed Wire and Barbed Tape Concertina






  1. Barbed wire is a fabricated wire product consisting of two-line wires twisted to form a two-wire strand, into which 2–point or 4–point barbs are tightly wrapped and locked into place at specific intervals.

  2. Barbed tape concertina is a strip of metal, machined to produce clusters of sharp points.

  3. Provide three strands of barbed wire, equally spaced, on outrigger/support arms where barbed tape/concertina is mounted.





Barbed Wire






  1. Fences requiring barbed wire must use a minimum of 3 strands of barbed wire equally spaced. Additional strands may be added as required.

  2. Barbed wire must consist of two 12.5 -gage /0.099-inch (+0. 005- inch) twisted line wires with 15- gage /0.080- inch (+0, 005-inch) round barbs.

  3. Barbed wire must be zinc-coated steel, aluminum coated steel, aluminum alloy, or PVC over zinc-coated steel as specified.

  4. All barbs must consist of four points and spacing of barbs must be at 5- inch (+1- inch) centers.







Barbed Wire Material Specifications






  1. Barbed wire must be in accordance to ASTM A121 and ASTM F1665.

  2. See Appendix A for barbed wire support configurations.





Barbed Tape/Concertina






  1. Barbed-tape concertina is a commercially manufactured wire coil constructed of high strength- steel barbed wire that is clipped together at intervals to form a single coil or double coil.

  2. The single coil must be a minimum of 2 feet in diameter and extend at least 50 feet without permanent distortion.

  3. Double coil must be 24/30 inch and extend at least 50 feet without permanent distortion.

  4. Barbed tape concertina may be added to the top and, in some cases, to the bottom to increase the level of protection.

  5. Barbed tape concertina must be secured at a minimum interval of 18 inches along the fence fabric to the top barbed wire strand and a maximum gap of 2 inches must be maintained between the bottom barbed wire and the top of the chain-link fabric.

  6. After use, barbed tape concertina may be recoiled and reused without distortion.

  7. For additional protection, barbed tape concertina may be installed between the “Y” configuration of the outriggers.





Barbed Tape/Concertina Material Specifications






  1. Barbed tape concertina must be in accordance to ASTM F1911 and ASTM F1910. See Appendix A barbed tape configurations.





Gates





NOTE: The gate frames and intermediate braces indicated are adequate for gate sizes less than or equal to 8 feet high and 14 feet wide. Gate configurations larger than 8 feet high and 14 feet wide require special design consideration.



Figure 9.3.22 Single Swing Gate









Single Swing Gates






  1. For swing gates, the cable must be looped around the gatepost, the gate frame upright, and through the fence cable loop.

  2. Cable must be strung across the inside of the gate leaf and fastened around the vertical gate frame upright and fabric tension bar midway above the road surface.

  3. The cable must be terminated with a swaged loop or wire rope clamp around the gatepost to interconnect with the gate cable barrier system.

  4. All cable ends must be looped and terminated with either four wire rope clamps or hydraulically swaged wire rope fittings.

  5. Remove sheathing on covered cables at connections so that the connections can be properly made and rated.

  6. Design single swing gates to match fence fabric height, with an additional 1 ft of three strand barbed wire added to the height if barb wire is part of the fence structure.

  7. The gate opening should not exceed a width of 14 ft. See ASTM F900 for additional gate requirements.





Gate Posts





Provide a gate post for supporting each gate leaf as follows:





Up to 6-feet wide:






  1. DN75 2.875-inch O.D. pipe [Grade A weighing 5.79 pounds per linear foot.] Or [Grade B weighing 4.64 pounds per linear foot.]





Over 6 feet wide and up to 13 feet wide:






  1. DN75 2.875-inch O.D. pipe [Grade A weighing 5.79 pounds per linear foot.] Or [Grade B weighing 4.64 pounds per linear foot.]





Over 13-feet and up to 18-feet wide:






  1. Provide DN150 6.625-inch O.D. pipe weighing 18.97 pounds per linear foot.





Over 8-feet wide:






  1. Provide DN220 8.625-inch O.D. pipe weighing 24.70 pounds per linear foot














      1. Installation:









Standards for security fencing installation:






  1. Posts shall be placed plumb and in alignment at minimum intervals as shown in Appendix A.

  2. Ground surface irregularities along the fence line shall be eliminated to the extent necessary to maintain less than 2-inch ground clearance between the bottom of the fabric and the existing grade.

  3. Irregularities in ground surface causing a deviation from clearance range must be filled and compacted.

  4. End posts and corner posts and those post immediately adjacent to them shall be set in concrete.

  5. Posts shall be set in concrete to a depth shown in Appendix A.

  6. Where solid or immovable rock is encountered, minimum depth shall be 18 inches.

  7. All portions of posts set in rock shall be grouted.

  8. Portions of posts not set in rock shall be set in concrete from the rock to ground level.

  9. Posts set in concrete shall be set in holes a minimum of 4 times the diameter of the post, and 12-inches where posts are set on rock.

  10. Diameters of holes in solid rock shall be at least 1-inch greater than the largest cross section of the posts.

  11. Concrete and grout placed around the posts shall be thoroughly consolidated by rodding or vibration, shall be free of voids, and shall be finished to form a domed top at ground level.

  12. Concrete shall be allowed to cure for a minimum of 48 hours prior to attachment of fabric to the posts.

  13. Interior posts shall be pounded to a depth of three feet.

  14. Braces, truss rods, and intermediate rails shall be installed as necessary to conform to industry standard practices.

  15. Tension wires shall be installed along the bottom of the fence line and attached to the terminal posts of each stretch of the fence.

  16. Bottom tension wire shall be installed within the bottom 6-inch of the installed fabric, or a bottom rail installed at 3-inch above ground level.

  17. Tension wire shall be pulled taut and shall be free of sag.

  18. Chain link fabric shall be installed on the outside of the posts (away from the interior of the area).

  19. Fabric shall be attached to the terminal posts with stretcher bars and tension bands.

  20. Bands shall be spaced at approximately 12-inch intervals.

  21. The fabric shall be installed and pulled taut to provide a smooth and uniform appearance free from sag, without permanently distorting the fabric diamond or reducing the fabric height.

  22. Fabric shall be fastened to line posts at approximately 12-inch intervals and fastened to all rails and tension wires at 15-inch intervals.

  23. Fabric shall be cut by twisting and removing pickets.

  24. Splicing shall be accomplished by weaving a single picket into the ends of the rolls to be joined.

  25. The bottom of the installed fabric shall be 2-inch above the ground.

  26. Fabric shall be specified as 7-foot minimum and security fencing will be attached at the fence top using three stand barbed wire angled outward (away from the interior of the area) by attaching a 45-degree arm to all rail posts.

  27. Barbed wire supporting arms and barbed wire shall be installed as indicated and recommended by the manufacturer and as shown in Appendix A.

  28. Supporting arms shall be anchored to the posts in a manner to prevent easy removal with hand tools.

  29. Barbed wire shall be pulled taut and attached to the arms with clips or other means that will prevent easy removal.

  30. All removed material shall be disposed by the contractor and in compliance with current EPA guidelines.







1.3.3 Best Management Practices: All construction impacts must be confined to the minimum area necessary to complete the project. Clearing and grubbing would be timed with construction to minimize the exposure of cleared surfaces. Such activities would not be conducted during periods of wet weather. Soil erosion-control measures, such as soil erosion-control mats, silt fences, and straw bales, would be used as appropriate. Provisions shall be taken to prevent pollutants from reaching the soil, groundwater, or surface water. No fueling of equipment shall take place within 100 linear feet of ordinary high water. To minimize noise impacts all equipment and vehicles shall have properly working mufflers.





1.4 Scope: Provide all labor, equipment, materials, parts, supplies tools, transportation, supervision and non-personal services necessary to construct new fencing along Corps property boundaries and to make repairs to existing fencing in a safe manner that preserves public safety, the infrastructure, and the environment at the designated locations of the Albeni Falls Dam Project no later than (90) days after contract is awarded.





1.5 Period of Performance:



The governments expectation is that the repairs will not take more than sixty (90) days to perform; however, If for any reason it is determined the replacement will take more time, the contractor shall contact the Government POC to discuss additional time needed as soon as this is identified.





1.6 Pre-Bid Site Visit SEE AMENDMENT 0001 for NEW Pre-Bid Site Visit Information. BELOW INFO IS NOT CORRECT!



A pre-bid site visit is scheduled for 9:00 AM on March 19, 2024. The site visit will be at Albeni Falls Dam. All bidders must contact the Contracting Officer 24 hours prior to the site visit in order to register their names to the visitor list.





1.7 Conditions Affecting Construction





1.8. Work Coordination



The Contractor shall attend a pre-construction meeting prior to commencing construction activities. The Contractor shall contact the Contracts Performance Specialist within five (5) days of issuance of the Notice to Proceed to establish a date and time for the pre-construction meeting. The Contractor shall submit a proposed site-specific construction schedule and a proposed site-specific work plan at the meeting for approval unless such items have been previously approved by the Government. The schedule shall be in enough detail to identify all aspects of the work including any special circumstances or conditions. The schedule shall show project tasks with durations and start and finish times. During construction, biweekly coordination meetings are required. The Contractor’s Superintendent shall schedule the biweekly coordination meeting with the Contracts Performance Specialist and the Natural Resources Manager. The Contractor will keep minutes of all meetings and will provide copies of such minutes to the Government within 2 days following the meeting.







1.9. Interface with Others



Government and public use of these facilities is anticipated while the work under this contract is being performed. Work under this SOW shall be planned and accomplished in a way to minimize any interferences and inconveniences to the government, the public, and other contractors. The Contractor is responsible for daily cleanup of all work areas.







2.0 Construction Restrictions:



Working Hours: The Contractor is required to work within the hours of 0700-1630, Monday through Thursday. Any requests to work outside of these hours require a seven (7) working days written notification to the Contracts Performance Specialist (CPS) and the Maintenance Engineer.





Laws, Rules, Regulations and Compliance: All Contractor and subcontractor employees shall observe and comply with all applicable local, State and Federal laws, rules and regulations, including those concerning fire, safety, sanitation, security, vehicle operation, and hazardous material handling while performing this contract. All construction shall meet or exceed applicable industry standards related to materials and workmanship. The Contractor shall be responsible for obtaining any permits, approvals or licenses required to perform the work.





Safety Requirements: The current edition of the U.S. Army Corps of Engineers Safety and Health Manual, EM 385-1-1 (30 Nov 2014), shall be considered a part of this contract and will be enforced as such. The most recent Safety Manual can be found here: http://www.usace.army.mil/SafetyandOccupationalHealth/EM38511,2008BeingRevised.aspx





Fall protection is required when working in areas with fall hazards. An Accident prevention plan, fall protection plan, and activity hazard analysis is required to be submitted for government approval prior to start of work. Examples of these documents can be found in the EM 385-1-1.





The Maintenance Engineer, CPS, and Contracting Officer, shall be notified immediately of any deviations or variations from the applicable Specification or Reference Drawings or this Statement of Work.





2.1. Special Qualifications:





Contractor shall be licensed to conduct business in Idaho and carry a liability insurance of not less than $100,000. Contractor or fencing subcontractor shall have a minimum of 5 years’ experience in installation of fencing.





Contractor shall have current fall protection training and use fall protection gear when working from heights above four feet in accordance with EM385-1-1. Contractor shall submit all fall protection certifications and / or temporary scaffolding and fencing plans for government approval prior to start of work.







3.0. Security:



All contractor and all associated sub-contractor employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes.





Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative, as NCIC and TSDB are available), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.





4.0. Construction Facilities:



The Government will provide an unsecured staging and parking area to store heavy equipment and personal vehicle parking.





In addition to the requirements of any other contract clauses, the Contractor shall protect all Government property within the work area and shall be responsible for any damage to Government property caused by Contractor or Subcontractor personnel during the performance of this contract.





5.0 Submittals:



The following submittals will be kept on the job site; if a job trailer is not available, they will be kept on site in the superintendent’s vehicle: Accident Prevention Plan and the Work Plan. The Accident Prevention at a minimum shall contain the following documentation: equipment safety checklists (initial & dailies), required training records, Activity Hazard Analyses, and safety meeting notes.





All items listed below are required per the contract specification to be submitted for review or approval as indicated. Any proposed deviations to the design shall be submitted for approval prior to start of work.









Activity



Submittal



Project Schedule (Government Approval prior to construction start).



Schedule



Accident Prevention Plan (Government Approval prior to construction start)



Hazard analysis.





Site specific safety plan.





Work Plan



(Government Approval prior to construction start)



Identification of definable features of work.





Methods of performance.





5.1. All submittals must be sent to the Contracting Officer, CPS, and Maintenance Engineer of this project via email.



POINTS OF CONTACT:



Contracts Performance Specialist – Christine Gokey



334-796-2672



christine.m.gokey@usace.army.mil





Maintenance Engineer – Ben Puyleart



Phone: (208) 437-3133 x7205



Benjamin.j.puyleart@usace.army.mil







Attachment/Technical Exhibit List:








    1. Technical Exhibit 1a – Photo of Fencing Repairs Needed Near Transformer Yard for base bid item 1.










    1. Technical Exhibit 1b – Photo of Fencing Repairs Needed Near Transformer Yard for base bid item 1.










    1. Technical Exhibit 2 – Photo of Fencing Repairs Needed Near Entrance Gate for base bid item 2.










    1. Technical Exhibit 3 – Photo of Fencing Repairs Needed Near Spillway Side of Island for base bid item 3.










    1. Technical Exhibit 4a – Locations of Fencing Repairs Needed on South Abutment for base bid item 4.










    1. Technical Exhibit 4b – Photo of Fencing Repairs Needed on South Abutment for base bid item 4.










    1. Technical Exhibit 4c – Photo of Fencing Repairs Needed on South Abutment for base bid item 4.










    1. Technical Exhibit 4d – Photo of Fencing Repairs Needed on South Abutment for base bid item 4.










    1. Technical Exhibit 5a – Photo of Fencing Repairs Needed on South Abutment Western Edge of South Abutment for base bid item 5.










    1. Technical Exhibit 5b – Photo of Fencing Repairs Needed on South Abutment Western Edge of South Abutment for base bid item 5.










    1. Technical Exhibit 5c – Photo of Fencing Repairs Needed on South Abutment Western Edge of South Abutment for base bid item 5.










    1. Technical Exhibit 6 – Photo of Fencing Repairs Needed on South Abutment Eastern Line for base bid item 6.










    1. Technical Exhibit 7 – Map of Powerhouse Fencing Needs










    1. Technical Exhibit 8 – Design Details



















Technical Exhibit 1a



Photo of Fencing Repairs Needed Near Transformer Yard















Technical Exhibit 1b



Photo of Fencing Repairs Needed Near Transformer Yard









Technical Exhibit 2



Photo of Fencing Repairs Needed Near Entrance Gate











Technical Exhibit 3



Photo of Fencing Repairs Needed Near Spillway Side of Island











Technical Exhibit 4a



Locations of Fencing Repairs Needed on South Abutment







Red lines indicate location of several areas along fence where fabric does not extend to within 2” of the ground as well as locations where outriggers need to be readjusted and tack welded into position.









Technical Exhibit 4b



Photo of Fencing Repairs Needed on South Abutment





Example of fabric needing to be lowered to within 2” of the ground.







Technical Exhibit 4c



Photo of Fencing Repairs Needed on South Abutment











Technical Exhibit 4d



Photo of Fencing Repairs Needed on South Abutment







Several outriggers have drooped making barbed wire less effective.











Technical Exhibit 5a



Photo of Fencing Repairs Needed on South Abutment Western Edge of South Abutment









Technical Exhibit 5b



Photo of Fencing Repairs Needed on South Abutment Western Edge of South Abutment











Technical Exhibit 5c



Photo of Fencing Repairs Needed on South Abutment Western Edge of South Abutment







Red cylinder represents post extension. Note that this is the same location. Picture is taken from different views.









Technical Exhibit 6



Photo of Fencing Repairs Needed on South Abutment Eastern Line











Technical Exhibit 7



Map of Powerhouse Fencing Needs









Technical Exhibit 8



Design Details
















Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4735 EAST MARGINAL WAY SOUTH
  • SEATTLE , WA 98134-2329
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now