SOLICITATION NOTICE
Y -- CATHEY'S CREEK & TALLASEEHATCHEE CREEK TRIBUTARY AOP DESIGN-BUILD CONSTRUCTION
- Notice Date
- 7/1/2009
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of Agriculture, Forest Service, R-8 National Forests in Alabama, 2946 Chestnut Street, Montgomery, Alabama, 36107
- ZIP Code
- 36107
- Solicitation Number
- AG-4146-S-09-0019
- Archive Date
- 12/31/2009
- Point of Contact
- Cornelia B. Robinson, Phone: 334-241-8153, Gabriel A Cottrell, Phone: 334-241-8169
- E-Mail Address
-
cbrobinson@fs.fed.us, gacottrell@fs.fed.us
(cbrobinson@fs.fed.us, gacottrell@fs.fed.us)
- Small Business Set-Aside
- Total HUB-Zone
- Description
- This project is a Two-Phase design/build 100% HubZone set-aside Request for Proposal. It is located on the Talladega National Forest, Shoal Creek and Talladega Ranger Districts, Cleburne and Clay Counties, Alabama. The Contractor shall furnish all labor, equipment, transportation, permits, testing and incidentals necessary to the performance of the work specified in this culvert replacement and stream restoration project. Any additional work required to complete the following tasks and not specified below is considered incidental and no additional payment will be made. The work shall consist of the following: 1. Conduct a comprehensive site assessment to include but not limited to the following: a. Bank characteristics: soil stability, and existing native materials b. Subsurface characteristics: minor geotechnical investigation, geomorphic investigation c. Scour potential and other risks: sediment transport and deposition, channel gradient, channel morphology changes, debris flow, etc d. Structure feasibility: study stability, suitability, cost, and any other site constrictions. Note: Structure width shall minimally meet the bank full width and be the most economical alternative after all engineering criteria are met. Consider: Do we need a wider structure to accommodate channel adjustments, floodplain connectivity, bank conditions, grade control, etc.? e. ALL alternatives shall simulate natural channel at a chosen reference reach including bankfull cross section shape and dimensions, stream bed material (gradation and type), and channel slope. f. Structures: Consider pre-cast structures, custom designed structures, and other possible alternatives to fit the site. Examples: Bridge (Pre-cast or custom design), open bottom arch, open bottom box culvert, embedded pipe (embedment depth?), culvert coatings to extend life, etc. g. Preliminary design at 45% review, 90% plans-in-hand review shall be submitted for Forest Service acceptance before final contract drawings are developed. Preliminary design shall include the following: i. Hydrologic and hydraulic calculations and method used. Use watershed size (see attachment 3) and an appropriate return interval. ii. Structure size and type iii. Maximum velocity iv. Slope v. Roughness vi. Inverts elevations: Structure outlet and inlet. vii. Structure material. viii. Expected lifespan of culverts shall be a minimum of 30 years 50 years for bridges. ix. Culvert must be minimally designed for 25 year return interval with minimum of 12” of freeboard. Bridges design requirements are available upon request. x. Additional features recommendations such as headwall, wing-wall, bank and slope armoring, etc. xi. Survey site plan with longitudinal stream profile h. Submit preliminary engineering drawings, specifications, estimated costs for a minimum of two alternatives per site to main contact person (See technical contact information). i. Final alternative will be chosen under direct consultation between contractor and the USFS. 2. Survey site plan of stream and structure design. a. Longitudinal profile of stream: A copy of an Aquatic Organism Passage (AOP) Guidelines will be provided to contractor as a general guideline and minimum standards for Stream Simulation Design Method for culverts and other drainage structures. b. Determine structure channel position: Channel shape, most suitable grade, elevation, bearing, length, bank full width (BFW), bed material, grade controls, pool depths, and other characteristics to best match the existing stream, beyond the area of impact. c. Identify reference reach and compare characteristics to structure. d. Justification for the choice of a reference reach will be provided based on stream simulation and connectivity. e. Select project alignment and profile including stream restoration details. f. Quantify and characterize bed, bank, and grade control materials. g. Structure shall meet minimum size criteria per AOP. Structure shall avoid negative impacts on vertical and horizontal sight distance and road alignment at stream crossing. 3. Produce drawing, standard drawing, details, and specifications for the following: a. Site plan. b. Structure profile. c. Structure and stream cross section. d. Structure and foundation details. e. Bedding construction details. f. Roadway details. g. Erosion control and dewatering plan. h. Stockpiles site and needed materials, etc. i. Specifications include FP-03, Forest Service supplemental and ALDOT specifications for local materials. 3 4. Determine quantities and estimate costs. 5. Develop final contract documents for signature. Provide hard and electronic copy. Electronic drawings should be in AutoCAD 2004 or newer. Produce drawing plans with the following minimum standards: a. Develop a plan view drawing (to scale) utilizing CAD and preferably AutoCAD software or compatible. b. Drawing size: Tabloid (11”x17”) c. Drawing standards will be discussed with the firm under contract. 6. Construction of approved designs. 7. Provide construction As-Built upon completion. The estimated price range is between $250,000 and $500,000. This solicitation will be awarded using an Evaluation criteria with price not considered the priority. The solicitation will be available by download from the internet in FBO. Amendments will also be available only throught FBO website.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/4146/AG-4146-S-09-0019/listing.html)
- Place of Performance
- Address: Talladega National Forest, Shoal Creek and Talladega Ranger Districts, Heflin and Talladega, Alabama, United States
- Record
- SN01862669-W 20090703/090702001248-3e975dc3a467da0e24cd540a578ac360 (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 |