Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29,1997 PSA#1920

US ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT, PO BOX 2946, PORTLAND OR 97208-2946

Y -- FISH BYPASS FACILITY, ELK CREEK DAM SOL DACW57-97-R-0020 DUE 092697 POC Contract Specialist RALPH BANSE-FAY (503) 808-4612 (Site Code DACW57) The U.S. Army Corps of Engineers, Portland District, proposes to contract for design-build services for the design and construction of a "fish passage corridor" through the existing Elk Creek Project. The intent of this contract action is to provide fish passage through the project by partial removal of a section of the dam or spillway and appropriate routing and treatment of the stream above, below, and through the dam. The estimated construction cost is between $5 Million and $10 million with anticipated contract award by February 27, 1998 and construction completion by approximately October 15, 1998. PROJECT INFORMATION. Elk Creek project is located at river mile 1.7 above the confluence of the Rogue River, 26.5 miles north of Medford, Oregon. Construction of the project was stopped by court injunction in fiscal year 1987, with the dam at one-third of the design height. MAJOR DESIGN CONSIDERATIONS. The routing and treatment of the stream has been designed utilizing hydrologic and geomorphic analysiswith fisheries oversight to ensure the fish passage corridor in the stream will be geomorphically stable as is reasonably possible immediately following construction. The Contractor will be responsible for material selection and installation design. Other conventional design will be necessary to provide demolition, rock excavation, earthwork, bank protection, minor structural, and other features. The Contractor will be required to acquire appropriate permits for access and to conduct work in and near water. The in-water work period is June 15 through September 15. The allowable blasting period is July 15 though January 15. Some species of fish have been listed and others are proposed for listing as endangered species. This will require special coordination with the Corps of Engineers and resource agencies of all potential impacts. MAJOR CONSTRUCTION FEATURES. Based on preliminary design concepts, routing of the stream through the dam will require demolition of RCC concrete (approx. 60,000 cy) and conventional concrete (approx. 300 cy). Routing of the stream and local grading will require cut and fill (approx. 341,400 cy) and rock excavation (approx. 1,000 cy). The length of the affected stream is approximately 5,000 feet. Bank protection will be required and may include as much as 1,000 cy of revetment. A stream flow training wall will be required and may include as much as 35,000 cy of revetment and core materials. River bar materials may be as much as 10,000 cy of native river gravel's. Some structural and electrical may be required. Temporary care and diversion of the stream during construction will be necessary. ACQUISITION. This acquisition will implement a "Two Phase" selection process. Phase I will identify those firms which are most highly qualified. A maximum of five (5) firms will be selected for consideration for Phase II. Those firms included in Phase II will be required to prepare fully developed technical and price proposals including NPDES Storm Water Discharge Permit applications. $2,500 will be paid to firms included in Phase II. Consideration for award is not restricted to any geographical area. Phase I (Performance Capability) evaluation will be based on the following criteria presented here in outline format (further detail is contained in the RFP): 1. Specialized Experience, 1.1 Design Team (to include structural, civil, hydraulic, electrical, hydrologic, river, fisheries, geotechnical, and environmental engineering as well as key support disciplines), 1.2 Construction Team, 1.3 Design Build Team Experience, and 1.4 Past Performance History; 2. Professional Qualifications of the Design Team and the Construction Team, 3. Organization, 4. Quality Control, and 5. Schedule. Phase II (Technical Approach and Price) information will be provided only to the firms selected to receive the Phase II RFP. The Design Criteria contained in Section 00820 of the Phase I RFP is in final draft form, and may be revised prior to the issuance of the Phase II RFP in order to incorporate findings from the final 90% Feature Design Memorandum, to provide clarifications, or to correct patent errors. This procurement is open to both large and small business concerns, all responsible firms may submit a proposal which will be considered by the Agency. The small business size standard for this procurement is a concern, including all affiliates, with average annual gross sales or receipts for the proceeding three years no in excess of $17 million. Please indicate your business size when responding. Firms which have previously submitted a letter of interest in response to the Sources Sought synopsis need not respond to this announcement. The administrative point of contact for this procurement is Ralph Banse-Fay, 503-808-4612. The technical point of contact for this procurement is Jeff Sedey, 503-808-4937. SIC 1629. (0239)

Loren Data Corp. http://www.ld.com (SYN# 0104 19970829\Y-0008.SOL)


Y - Construction of Structures and Facilities Index Page