The RFP Database
New business relationships start here

Lucky Peak Guardrail Replacement


Washington, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Lucky Peak Guardrail Replacement
W912EF19RSS06 Amendment 02-Adding pavement repair work to scope/increased SB size standard-See BOLD lettering for revisions
Sources Sought Notice


The US Army Corps of Engineers, Walla Walla District is seeking sources with the capability to accomplish the work for a construction project entitled: Lucky Peak Guardrail Replacement. The work will be located at Lucky Peak Dam, Boise, Idaho. This will be a firm-fixed-price construction contract. Construction magnitude is estimated between $500,000 and $1,000,000. Performance and payment bonds in the amount of 100% of the contract price will be required. The North American Industry Classification System (NAICS) code for this project is 237310 Highway, Street and Bridge Construction; and the associated small business size standard is $39,500,000 in average annual receipts.


This sources-sought announcement is a tool to identify business sources with the capability and experience to accomplish the work. This is not a solicitation. Please do not respond to this notice unless you will be responding to the solicitation. Include the following in your response:


A) A list of current or past projects demonstrating experience with work similar to that in the Summary Scope of Work which includes working around and not disturbing horizontal-control and vertical-control survey monuments and measurement instrumentation locations, together with their protective monument casings. The locations requiring protection will be provided in the solicitation package. Provide for each project submitted:
1) A brief narrative of the work, your firm's role in the project and the firm's experience
2) Dollar value, performance period, and completion date.
3) A reference list including Name, Title, Position, Phone, Email


B) Provide a statement of your firm's business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above.


C) Provide a statement that your firm intends to submit an offer on the project when it is advertised.


D) Provide a statement of your firm's bonding capacity.


E) Cage Code and DUNS number.


Submit this information to Cyndi Jacobsen, Contract Specialist, via email to cynthia.h.jacobsen@usace.army.mil.
Your response to this notice must be received on or before 2:00PM on 30 August 2019.


Summary of Scope of Work:


ALL WORK TO BE ACCOMPLISHED BY THE END OF AUGUST 2020

The project scope is as follows:

The rehabilitation of a 1.3 mile stretch of roadway at Lucky Peak.  The specific work incuded:

1)The removal of 10 existing speed bumps and replaced with 10 ACP speed HUMPS (4" tall x 12' long x 20' full road width)
2)800 CY of shoulder fill with base course and grooming over 14,500 lineal feet of shoulder
3)Installation of one catch basin and one flare at two existing culverts that have inlets that are in disrepair
4)14,500 LF of asphalt crak seal (assume 10% needs backer rod)
5)4 CY of ballast erosion repair in 4 locations
6)10,000 SF of ACP Patch: remove exisiting ACP, add and compact subgrade, pave 3" ACP
7)21,000 LF of striping (road centerline and 2 foglines)

Replace existing guardrails and posts along the roadway on top of Lucky Peak Dam. The length of guardrail to remove and replace is approximately 5062'. Existing posts are spaced 12'-6" apart and are painted concrete that are severely deteriorated with exposed rebar. Some of the existing posts on the downstream side of the dam are located adjacent to existing pertinent surveying control that cannot be disturbed. The contractor may either remove the posts or cut flush in a manner that does not disturb the Settlement and Measurement Instrumentation. Remove and replace existing posts and steel guardrails with material that meets Idaho Department of Transportation and AASHTO standards for a TL-2 barrier system (galvanized steel for the rail and steel posts).


Existing postholes should be used, when feasible, but additional excavation will be required on the downstream side of the dam to accommodate steel post dimensions, spacing variance, and plumb of new posts. Contractor will encounter 12" minus rocky material. Backfilling around posts with 3/8" minus material is required after installation of new posts. Driving of posts may be permitted on the upstream end. The posts cannot exceed 6 feet in depth due to impervious core of the dam. The period of performance for this project is estimated to be three months after notice to proceed.


Settlement and Measurement Instrumentation locations will be marked in the field and special care will be taken during construction operations to NOT DISTURB the instrumentation.


All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1).


The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1.


A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5-years of experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-years.


The contractor will be required to perform the on-site work in compliance with Government Safe Clearance/Hazardous Energy Control Procedures. Prior to commencing on-site work, the contractor will be required to complete applicable safe clearance training for all personnel working in areas involved with Hazardous Energy Control.


The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract.


Cynthia Jacobsen, Contract Specialist, Phone 509-527-7203, Fax 509-527-7802, Email cynthia.h.jacobsen@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP