Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2022 SAM #7576
SOLICITATION NOTICE

Z -- Tillamook South Jetty Repairs - Solicitation

Notice Date
8/26/2022 12:08:01 PM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N22B0007
 
Response Due
8/31/2022 2:00:00 PM
 
Archive Date
09/15/2022
 
Point of Contact
Harron Elloso, Phone: 5038084618, Kristina K. Morrow
 
E-Mail Address
harron.e.elloso@usace.army.mil, Kristina.K.Morrow@usace.army.mil
(harron.e.elloso@usace.army.mil, Kristina.K.Morrow@usace.army.mil)
 
Description
Amendment 0004 The purpose of this amendment is to make updates to the following sections in the Specifications: Section 35 52 00.00 25, Page 6: Section 3.3f Section 35 52 00.00 25, Page 9: Section 3.5 See attachment ""Amendment 0004 with Comments"" for further details. ------------------------------------------------------------------------------------------------------------------------------------------------------ Amendment 0003� The purpose of this amendment is to revise parts of the plans and specs, specifically: 1)� The following plan sheets were revised: G-002 G-012 CS101 CS102 CS103 2)� The following sections in the specs were revised: Section 31 00 10.00 25,� Page 5: Sec 3.4.a (2 revisions) Section 31 00 10.00 25, Page 5: Sect 3.4b Section 31 00 10.00 25, Page 5: Sect 3.4c Section 31 00 10.00 25, Page 5: Sect 3.4d Section 31 00 10.00 25, Page 6: Sect 3.6a (2 revisions) Section 31 11 00.00 25, Page 2: Sect 3.2 Section 32 90 00.00 25, Page 4: Sect 1.4.2a Section 35 20 23.13 25, Page 5: Sect 3.1.4b Attachment 5 - Final IHAs Attachment 7 - SLOPES document with confirmation emails attached at end. -------------------------------------------------------------------------------------------------------------------------------------------------------------- A Subcontracting Plan Template is attached.� --------------------------------------------------------------------------------------------------------------------------------------------------------------- Amendment 0002� The purpose of this amendment is to correct the error on the date of the Site Visit. For clarification, the Site Visit is scheduled for August 9, 2022 at 10AM PDT.� ----------------------------------------------------------------------------------------------------------------------------------------------------------------- Amendment 0001 The purpose of this amendment is to change the deadline to RSVP for the scheduled site visit. The response date is now Monday, August 8, 2022 at 1400PDT.� All other terms and conditions remain unchanged.� -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to solicit a contract for the Tillamook South Jetty Repair. The proposed project will be a competitive, firm-fixed price (FFP) contract.� 2. Project Background. The project is located iin Tillamook Bay on the Oregon Coast, about 47 miles south of the mouth of the Columbia River. Tillamook Bay is a tidal estuary about 6 miles long, north to south, and a maximum of 3 miles wide. Five major rivers flow into Tillamook Bay. The ocean entrance to the bay is located at its northern end and is protected by two jetties, a north jetty and a south jetty. The U.S. Army Corps of Engineers (USACE) constructed and maintains the two jetties for the purpose of providing reliable navigation into and out of the bay. The south jetty was constructed in three stages between 1969 and 1979 to a length of 8,025 feet. Since then, the south jetty has received no repairs despite having sustained damage and lost jetty length. A recent apparent increase in the Pacific Ocean wave climate has exposed both jetties to more extreme storm waves, especially the south jetty which is more exposed to southwesterly storm events. The south jetty's head is destroyed, and the trunk continues to be damaged and lose length. Repairs to the south jetty are needed to address existing damage, restore the structural integrity of the jetty, provide additional protection for the north jetty from large southerly waves, reduce navigational hazards to boaters, and ensure safe and reliable passage to shipping traffic. Description of Work. Proposed repairs to the south jetty include rebuilding the jetty head with an approximate 100-foot cap and approximately 1,350 feet of the jetty trunk onto an existing relic structure. The relic structure is a mound of displaced stones from the original jetty formed underwater. The south jetty head section will be constructed with a 40-foot crest width and 1V:2.5H side slopes both channel-side and ocean-side, and a crest elevation of +18 feet NAVD88. The south jetty trunk sections will be constructed with a 30-foot crest width, +18 feet NAVD88 crest elevation, and varying side slopes depending upon location, from 1V:2.5H along the ocean-side and 1V:2.5H to 1V:1.5H along the channel-side. The estimated stone volume required for the south jetty repairs is approximately 9,900 cubic yards (CY) of 180 pounds per cubic foot (pcf) stone, 15,800 CY of 175 pcf stone, and 3,200 CY of 167 pcf stone. Access to the south jetty is from Bayocean Dike Road. The approximate 3-mile section of this road between the Tillamook County Bayocean Peninsula Park parking lot and the south end of the Kincheloe Point, where a barge material off-loading area is available, is an unmaintained, single-lane, dirt road, with several segments that have significant erosional undercutting of the road embankment. This section of road will not support heavy construction vehicles and the truck transport of materials ans to be used only for transport of personnel. The section of Bayocean Dike Road between the material off-loading area at Kincheloe Point and the ocean-most dune line near the south jetty root is an unmaintained, single-lane, dirt road. Prior to using this road section for construction vehicles and equipment, the road section will require vegetation clearing, debris and rock removal, widening, and repairs. In addition, a segment of this road near the end of the jetty root has been washed out and will require reconstruction prior to use. All road improvements will be subject to environmental requirements to protect existing wetland areas adjacent to roads and Western Snowy Plover critical habitat areas near the south jetty root. Previous construction of the south jetty involved use of a material off-loading facility at Kincheloe Point to off-load materials that were barged. The contractor may elect to construct a temporary barge off-loading facility. Dredging would likely be required to allow fully loaded barges to access the material off-loading facility. Based on the conditions at the anticipated material off-loading facility location, it is estimated that 5,000 cubic yards of sediment would be dredged from the area adjacent to the shore where the barge would likely be moored. All dredged material will be transported and placed in the designated staging area near the jetty root and upgraded to enhance Western Snowy Plover critical habitat. The environmental permits obtained for the project would restrict any installation of pilings for the material off-loading facility to an in-water work window between November 1 and February 15. For the south jetty construction work, there is an approximate 47-acre area near the jetty root available for temporary material and equipment staging and storage. Areas used for staging and storage will require grading at project completion. The anticipated period of performance for the repair work is September 2022 through November 2024. The estimated magnitude of construction for this project is between $25,000,000 and $100,000,000. Disclaimer and Important Notes.� This notice does not obligate the Government to award a contract.� All interested firms must be registered in the System for Award Management (SAM) and remain current for the duration of the contract to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/13b29ec0e9b0417f98aa1e853adae9f8/view)
 
Place of Performance
Address: Tillamook, OR, USA
Country: USA
 
Record
SN06442913-F 20220828/220826230123 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.