MLC Fish Ladder Replacement
Mill Creek Fish Ladder Replacement Sources Sought Notice: W912EF19RSS10, Amendment 0001 The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled: Mil... Mill Creek Fish Ladder Replacement Sources Sought Notice: W912EF19RSS10, Amendment 0001 The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled: Mill Creek Fish Ladder Replacement. The work is located at the Mill Creek Project in Walla Walla County, Washington. This will be a firm-fixed-price Construction contract. 237990 Other Heavy and Civil Engineering Construction and the associated small business size standard is $36.5M. The magnitude of Construction is estimated to be between $500,000 and $1,000,000. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. A) A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm's role in the project, performance period, the dollar value and the completion date. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. B) A reference list for each of the projects submitted in A) above. Include the name, title, phone number and email address for each reference. C) 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. D) Provide a statement that your firm intends to submit an offer on the project when it is advertised. E) Provide a statement of your firm's bonding capacity. A statement from your surety is NOT required. F) Cage Code and DUNS number. Submit this information to Julie Morris, Contract Specialist, via email to Julie.M.Morris@usace.army.mil. Your response to this notice must be received on or before 19 February 2019. Summary of Scope of Work: The work consists of the following major elements: This project involves the removal and replacement of the fishway (fish ladder), concrete bridge corbels, and pedestrian guardrails at the fish ladder and Mill Creek Division Works structure. Prior to removal and replacement of the fish ladder, the contractor will be responsible for diversion and care of water in Mill Creek. Flows during the in-water work window will need to be diverted around the worksite and are expected to be around 25 to 40 cfs. The exact composition of the Mill Creek bed is unknown but it is expected to be highly porous sands and cobbles with a mixture of fine sediments. There are no known sources of groundwater inflow within the reach where dewatering is required. However, the streambed composition passes groundwater flow readily so that even with no leakage on a dewatering structure pumping will be necessary to maintain a dry work site. The contractor will remove a fish ladder that is no longer compliant and replace it with a new compliant fish ladder that is longer and wider in the same location. The work requires dewatering portions of the Mill Creek channel to allow access to the foundation of the existing fish ladder, excavation of part of the levee, concrete saw cutting and demolition, steel decking removal, and minor electrical modifications. The grade of the foundation will be adjusted to match required grades for fish ladder installation. Reinforced concrete will be placed. Excavated portions of the levee will need to be rebuilt, including restoration of riprap. A bicycle path will need to be restored if it is damaged or temporarily removed. Steel decking and electrical items will be replaced but in different locations. Bridge deck corbel replacement includes saw cutting for removal of the concrete corbels and preparation of a smooth surface using an epoxy. After removal, a bearing pad will be placed between the existing bridge deck and new steel corbel. The steel corbels will be secured to the pier using post installed anchors. The bridge deck must be shored during construction activities. Pedestrian guardrail replacement will require the existing guardrails be removed in accordance with all appropriate federal regulations concerning lead-based paints. The new guardrails will provide access for maintenance by means of both hinged swing gates and removable sections. They will also require a galvanized protective coating. On-site work will be June through October 2020 with submittal preparation and approval several months prior. The in-water work window is July 15, 2020 through September 15, 2020. 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' 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 responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor's operations. The CQC System Manager must possess a minimum of 5-years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled "Construction Quality Management for Contractors" within the last 5-years. The Contractor will be required to use the Government-furnished Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor after contract award. 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. Miscellaneous work within the project includes the delivery of As-Built Drawings.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »