Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2011 FBO #3457
SOLICITATION NOTICE

Y -- Union Slough, Section 1135 Restoration Project, Everett, WA

Notice Date
5/11/2011
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-11-R-0033
 
Response Due
6/28/2011
 
Archive Date
8/27/2011
 
Point of Contact
Scott Britt, (206) 764-3517
 
E-Mail Address
USACE District, Seattle
(Scott.W.Britt@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
The Seattle District, US Army Corps of Engineers requires the removal of up to three bridges at the Union Slough, Section 1135 Restoration Project in Everett, Washington. Background: The Union Slough Bridge Removal Project is located adjacent to the Union Slough sub-channel of the Snohomish River in the City of Everett, on Smith Island in Snohomish County, Washington. Smith Island is located in the Snohomish River estuary, east of downtown Everett and Interstate 5. The existing levee was breached along Union Slough in three locations and pedestrian bridges were constructed at each of the three 180-foot breaches. Tidal connections in the sites have not established as planned. The site floods as designed during high tide but does not adequately drain during low tides. Project Description: The Union Slough Bridge Removal Project will consist of relocation and paving along the setback levee, removal of three pedestrian bridges, removal of remnant levee material along the slough side of the breaches, and the creation of additional low flow channels within the estuary that will facilitate more rapid and complete drainage between tide cycles. The Corps will allow the contractor to determine means and methods within established performance criteria. The Corps will develop a basic plan and sequence and establish water quality criteria for the contractor. Contractors will determine which equipment and techniques would best allow them to complete the project within the prescribed time-line while meeting the specific performance criteria. Because of elevation requirements, to open up the breaches for more complete drainage and the predicted tide elevations, it will be necessary to either isolate the work areas or operate within the breach areas during wet conditions. Discussions with National Marine Fishery Service, Washington Department of Fish and Wildlife, and Washington Department of Ecology, determined that isolation of the estuary was not preferred. Although isolation of a single site may be allowed. It is anticipated that the project will include the use of silt screens along the slough along with localized isolation techniques to allow working in a wet environment. Temporary bypass roads and turnarounds may be constructed near the south and central bridge within the City's jurisdictional boundaries. All work on the northern bridge would be from existing levee access roads. Contractors may use existing bridges at their own risk. The recommended plan includes the following measures to address the existing conditions and achieve the expected ecosystem restoration benefits at the Union Slough site: Remove the three bridges that now span the three dike breaches in the levee along the west bank of Union Slough. Bridge removal will include the demolition and removal of the concrete arches that make up the bridge spans. The footings and three-foot thick geogrid foundation material will be removed. The estimated earthwork for the geogrid and remnant levee material removal is approximately 4,500 CY per breach. Temporary access road construction may be utilized to provide better through-access for hauling bridge debris and waste materials. These features would only occur at the southern and central bridge locations, within the City's jurisdictional boundaries. Access roads would require the temporary placement of approximately 600 CY of spalls and surfacing material per breach. Paving of the pedestrian trail (an asphalt pavement path) approximately 750 feet west of its current location to run along the top of the levee on the east side of the Everett Water Pollution Control Facility. A six foot tall chain-link fence will be constructed to provide security for the treatment facility. Create additional tidal channels in the site to improve hydraulic connectivity. Internal channel construction will include the excavation of low flow channels at specific locations to allow better drainage of internal areas. These channels would be approximately 8' wide and one to three feet deep. Remove remnant levee material near breaches to improve hydraulic capacity. Remnant levee material removal will include the removal of material along the slough side of each breach. This will allow free drainage along the full span of the breach. The estimated cost range for this project is $1,000,000 to $5,000,000. This project is open to HUBZONE business ONLY. The North American Industry Classification System (NAICS) Code is 237310 with a size standard of $33.5 million, which means that, for the purposes of this procurement, a firm is a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $33.5 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov Pursuant to Federal Acquisition Regulations (FAR), the solicitation will be available for download no earlier than 15 days following the issue date of this announcement. There is no technical information available until the issue of the solicitation via the Internet. Issue of the solicitation will be in electronic format only. No disks or hard copy will be available. Follow the registration procedures at www.fbo.gov to receive notification of solicitation/amendment posting. Address administrative questions to Scott Britt, Contract Specialist. Ask NO technical questions; answers to technical questions are only available through an online system during the solicitation process.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-11-R-0033/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02445378-W 20110513/110511234626-edd3b3360712d2805ec1c0edb4cc9bbe (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.