Federal Bid

Last Updated on 30 Aug 2008 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Restore Swale

Solicitation ID WRAD-8-42754
Posted Date 01 Aug 2008 at 4 PM
Archive Date 30 Aug 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Commerce Noaa
Agency Department Of Commerce
Location United states
This is a combined synopsis / solicitation to provide all labor, equipment and materials to restore swale along the eastenr edge of the tarmac at building 32 and 33 at 7600 Sand Point Way N.E., Seattle, WA. Interested parties may respond to this announcement within fifteen (15) calendar days of its publication with your price quote. All responses must be in writing and may be faxed to 206-526-6025 or email ([email protected]) . This is a simplified acquisition with an estimated value of less than $100,000. SPECIFICATIONS Swale Restoration - Phase I - 1 JOB $ PART 1 - GENERAL 1.1 APPLICABILITY The following is a general description of the work required and shall not be construed as a complete listing of all work required to satisfactorily completing the project as required by the contract drawings and other sections of these specifications. 1.2 BACKGROUND The WRC campus drainage system relies on four open drainage swales to move surface water into storm drains and off campus. These swales need to be restored to prevent stagnant water from rain or irrigation run offs, habitat for mosquitoes, and inadequate flood control. Phase I of this effort entails the reestablishment of the campus western swale, running southwesterly along the WRC fence line covering a distance of approximately 1,000 lineal feet to drain the east tarmac area into an underground storm drain for conveyance off the WRC campus. The Contractor shall provide all labor, equipment, and materials, except those furnished by the Government, to perform the following: Vegetation and debris removal, excavation, regrading, lining, and hydroseeding of the swale. Work shall be performed during regular business hours (6:00 am - 4:30 pm Monday - Friday) and anytime on weekends. 1.3 PROJECT IDENTIFICATION A. Project Name: Swale Restoration - Phase I B. Project Location: 7600 Sand Point Way N.E. Western Swale, Parallel to Tarmac by Bldgs 32 and 33 Seattle, Washington 98115 1.4 WORK UNDER OTHER CONTRACTS The Contractor shall cooperate with other contractors performing work related to this project. Work related to electrical or mechanical shall be coordinated with the on site Operations and Maintenance contractor. 1.5 PROTECTION A. Security: The Contractor is responsible for his own security arrangement including his and his subcontractor's material, equipment, and personnel. B. Work in Progress: The Contractor shall be responsible for the protection and safe keeping of all work in progress prior to final acceptance by the Government. C. The Contractor shall use reasonable care to avoid damaging equipment and vegetation at the construction site. If the Contractor's failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government. 1.6 CLEAN-UP The Contractor shall ensure that the project area and areas adjacent to the project area are maintained in a clean and safe condition. Clean-up shall be performed daily. All debris from project operations shall be disposed of off site. 1.7 WORKMANSHIP STANDARDS All methods, materials and workmanship provided by the Contractor under this contract shall, as a minimum, be performed in accordance with professional industry standards and shall comply with applicable Uniform Building Codes for construction. Field measurements are the responsibility of the contractor. 1.8 SAFETY Contractor shall comply with the requirements of 29 CFR, Part 1910: Occupational Safety and Health Administration (OSHA) General Industry and Health Standards. The Contractor shall promptly correct any non complying work or conditions. Contractor shall be responsible to ensure its work does not affect the safety of the public or employees of the Government. Neither the Government nor its representatives shall bear any responsibility for safety precautions at the project work site. 1.9 USE OF GOVERNMENT FACILITIES A. Toilets: Toilet facilities available for the Contractor's use are located in Blgs 32 and 33 on the west side of the building. B. Storage: The Government will assign to the Contractor a limited amount of space on the tarmac for storage of materials and equipment during the execution of this contract. Storage space shall be kept in a clean, safe, and orderly manner. 1.10 ACCESS TO WORKSITE All persons employed within the boundaries of the property or restricted-access areas therein, and all persons permitted to enter such property and areas shall comply with the security regulations for the Western Regional Center. 1. At the commencement of the work under this contract, the following security procedures shall apply to the Contractor and all subcontractors. a. Site Access: The Contractor's vehicles, his subcontractor's vehicles, employees of the contractor or subcontractors entering the NOAA Western Regional Center shall use the main gate located at 7600 Sand Point Way NE. The gate is open daily from 5:00 a.m. to 7:00 p.m. The Contractor shall make arrangements with the Contracting Officer's Representative (COR) for access on and off the site after these hours. b. Comply with the security regulations of the campus. c. In the case of any questions as to the eligibility of an individual to obtain a pass, notify the COR, who will obtain a determination whether the individual can obtain a pass. d. Cameras are not permitted without written permission from the Security Office. If approved, permission will be granted in writing and will provide additional guidelines. In any case, all film will be turned over to the Security Office. The Contractor shall be responsible for the costs of developing the film. Personnel may be subject to inspection of their personal effects when entering and leaving the facility. In addition, unscheduled inspections of personnel may be made when entering or while on site. e. Personnel may be subject to inspection of their personal effects when entering and leaving the facility. In addition, unscheduled inspections of personnel may be made when entering or while on site. f. If any work is canceled, notify the COR. 2. The Government reserves the right to close down the job site and order Contractor personnel off the premises in the event of a national emergency or a shut-down, for as long as security problems persist. The Contractor may only return to the site with verbal approval from the Contracting Officer or COR. 3. The Government reserves the right to exclude or remove from the site or building any employee of the Contractor or a subcontractor whom the Government deems incompetent, careless, insubordinate or otherwise objectionable, or whose continued employment on the work is deemed by the Government to be contrary to the public interest. 1.11 GUARANTEE The Contractor shall guarantee all work to be in accordance with contract requirements and free from defective or inferior materials, equipment, and workmanship for one year after the date of completion of the work. 1.12 HAZARDOUS MATERIALS A. The Contractor shall not cause or permit any hazardous material to be brought upon, kept or used in or about the premises by its agents, employees, or subcontractors without the prior consent of the COR. Hazardous materials that are necessary to the performance of this contract shall be used, kept and stored in a manner that complies with all laws regulating any such hazardous material brought upon or used or kept at this site. Contractor shall provide Material Safety Data Sheets to the COR for any hazardous materials used in the performance of this contract. B. As used herein, the term "Hazardous Material" means any hazardous or toxic substance, material, or waste, including but not limited to, those substances, materials, and wastes listed in the Department of Transportation Hazardous Material Table (49 CFR 172.101) or by the Environmental Protection Agency as hazardous substances (40 CFR Part 68.130) and amendments thereto, petroleum products, or such other substances, material, and wastes that are or become regulated under any applicable local, state, or Federal law. 1.13 CONTRACTOR LIABILITY FOR PERSONAL INJURY AND/OR PROPERTY DAMAGE The Contractor shall: A. The Contractor assumes responsibility for all damage or injury to persons or property occasioned through the use, maintenance, and operation of the Contractor's vehicles or other equipment by, or the action of, the Contractor or the Contractor's employees and agents. B. The Contractor, at the Contractor's expense, shall maintain adequate public liability and property damage insurance during the continuance of this contract, insuring the Contractor against all claims for injury or damage. C. The Contractor shall maintain Worker's Compensation and other legally required insurance with respect to the Contractor's own employees and agents. D. The Government shall in no event be liable or responsible for damage or injury to any person or property occasioned through the use, maintenance, or operation of any vehicle or other equipment by, or the action of, the Contractor or the Contractor's employees and agents in performing under this contract, and the Government shall be indemnified and saved harmless against claims for damage or injury in such cases.  PART 2 - DESCRIPTION OF WORK 2.1 Removal of Vegetation from Swale: Following the natural outline of the campus western swale, running southwesterly along the WRC fence to north over approximately 1,000 lineal feet, clear and grub approximately 18,000 square feet of undergrowth, shrubs, and brush to drain the east tarmac area into an underground storm drain for conveyance off the WRC campus 2.2 Load, haul, and dispose of approximately 250 cubic yards of undergrowth, shrubs, and brush 2.3 Load, haul, and dispose of approximately 650 cubic yards of excess sod and soil 2.4 Grade drainage swale to slope to the existing catch basin, North end side 2.5 Provide and install 20 Ft of 12 inch diameter culvert pipe for walking trail 2.6 Restore gravel walking trail crossing over new culvert pipe 2.7 Cover all disturbed area with "Full Sun" hydroseed PART 3 - FINAL INSPECTION The Contractor shall arrange for Final Inspection 2 calendar days prior to the planned completion date. The Government will perform its Final Inspection on all phases of the work and develop a comprehensive punch list which will be provided to the Contractor. A Completion Verification Inspection will be scheduled 5 calendar days after issuance of the punch list to verify the punch list items discovered in the Final Inspection have been corrected. The Contractor is advised that the Government will not accept the work until it determines substantial completion has been achieved. "Substantial Completion" means that the work, the common and other areas of the building, and all other things necessary for the government's access to the premises and occupancy, possession, use and enjoyment thereof, as provided in the general construction contract, have been completed or obtained, excepting only such minor matters as do not interfere with or materially diminish such access, occupancy, possession, use or enjoyment.  The following provisions and clauses shall apply to this solicitation and resultant award. The provisions and clauses may be downloaded at http://www.acqnet.gov/far 1. 52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (APR 2005) 2. 52.243-1 I CHANGES--FIXED-PRICE (AUG 1987)--ALTERNATE I (APR 1984) 3. 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (OCT 2003) 4. 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 5. 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2005) 6. 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) 7. 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) 8. 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) 9. 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (MAR 2005) 10. 1352.239-73 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (OCT 2003)11. 1352.239-74 SECURITY PROCESSING REQUIREMENTS FOR CONTRACTORS/SUBCONTRACTOR PERSONNEL FOR ACCESSING DOC INFORMATION TECHNOLOGY SYSTEMS (OCT 2003 12. 52.243-1 CHANGES--FIXED-PRICE (AUG 1987) 13. 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (Dec 2004) 14. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)  **** The Westren Regional Acquisition Division, requires that all contractors doing business with this Acquisition Office be registered with the Central Contractor Registey (CCR) as of October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following web site: http//www.ccr.gov . In order to register with CCR and be eligible to receive an award from this Acquisition Office, all offerors must have a Dun & Bradstreet Number (DUN). A DUN number may be acquried free of charge by contacting Dun & Bradstreet on line at www.dnb/eupdate of by phone at (800) 333-0505
Bid Protests Not Available

Similar Past Bids

Petaluma California 17 Aug 2011 at 6 PM
Florida 06 Sep 2019 at 4 AM
Florida 06 Sep 2019 at 4 AM
Yorktown Virginia 08 Jun 2022 at 6 PM
Nevada 02 Mar 2020 at 5 AM