PL84-99 Levee System 0561 (North) Levee Improvement Construction Project (№9559610)

18 aug

Number: 9559610

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


18-08-2018

Description


PL84-99 Levee System 0561 (North) Levee Improvement Construction Project Solicitation Number: W9123818R0027
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: USACE District, Sacramento

Solicitation Number: W9123818R0027

Notice Type: Award

Contract Award Date: August 16, 2018

Contract Award Number: W9123818C0026

Contract Award Dollar Amount: 3599311

Contract Line Item Number: All

Contractor Awarded Name: T.L. Peterson, Inc.

Contractor Awarded DUNS: 144812240

Contractor Awarded Address: 21265 Rolling Oaks Drive
Red Bluff, California 96080
United States

Synopsis: Added: Mar 01, 2018 1:07 pm PL84-99 Levee System 0561 (North) Levee Improvement Construction Project

The Government anticipates issuing a Request for Proposals (RFP) with the intent of awarding a Firm-Fixed Price construction contract for the PL84-99 Levee System 0561 (North) Levee Improvement Construction Project.


Project Description: This project consists of berm installation and levee slope repair.


Berm Installation


Seepage through or under the levee can be addressed by installing a berm on the landside of the levee. Berms typically lap partially up the slope of the levee and extend out into the adjacent area. Installing a berm consists of stripping a portion of the existing soil surface, and subsequently importing and placing rock materials. An underlying geotextile may also be installed. The bulk of the berm typically consists of drain rock. Larger (3- to 6-inch) rock may be installed along the berm perimeter for stability. When repairs are complete portions of the site may be reseeded and any damage to haul routes will be repaired. Berm installation is completed from the land.


In some cases, temporary berms underlain by geotextile fabric are already in place. In these cases, the temporary material will be removed and stockpiled, the existing geotextile fabric will be removed and properly disposed of, and the stockpiled material will be reused to construct the permanent berm.


Seepage berm installation are projected to be necessary at two locations. These berms are anticipated to range from approximately 400 to 800 feet in length, 20 to 30 feet in width, and involve rock volumes ranging from 1200 to 1700 cubic yards.


Levee Slope Repair
Repairing levee slope failures typically requires degrading a portion of the levee to remove slumped material and expose an appropriate repair surface, proper disposal of excavated material, importing replacement soil with appropriate geotechnical properties, and properly placing/compacting the new soil to restore the levee to its prior configuration. It may be necessary to obtain and place geotextile and rock at the base of the excavation before placing the new soil. Repair of slope failures on the waterside of the levee may require installing a coffer dam. In some cases, the repair may be constructed with rock rather than soil. When repairs are complete soil areas will be reseeded, any damage to haul routes will be repaired, and the surface material of the levee crown will be reestablished, if needed. Levee slope repairs are typically done from land.


Levee slope repairs are projected to be necessary at one location involving three sub-sites along approximately 1200 feet of levee with an estimated volume of imported soil of 10000 cubic yards. The volume of imported soil may be reduced by blending existing soil with a lesser amount of imported material in a manner where the blended material meets the applicable geotechnical standards.


In accordance with the FAR 36.204, the magnitude disclosure of this construction project is between $1m and $5m. This proposed contract action will be conducted using FSC Code: Y1LC, Construction of Tunnels and Subsurface Structures and North American Industry Classification System Code (NAICS): 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $36.5 million.
The RFP is estimated to be issued on or about 15 March 2018 with proposals due tentatively on 17 April 2018. The RFP will be issued on the Government Point of Entry known as FedBizOpps (www.fbo.gov) and will establish a firm proposal due date/time.
The site visit date, time and location will be identified in the solicitation.


BE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE PRE-SOLICITATION, SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS.


The only PLAN-HOLDER"S/BIDDER"S LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the "ADD ME TO INTERESTED VENDORS" to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY CHANGES TO THIS NOTICE.

Added: Apr 11, 2018 11:50 am The RFP was previously estimated to be issued on March 15, 2018; and is now estimated to be issued in June 2018.  Please continue monitoring this announcement for further updates. Added: Jun 05, 2018 6:34 pm

Per the solicitation, a site visit was held on 5 June 2018. The attendance list is attached. Questions / Answers to follow within the next business day.

Added: Jul 05, 2018 6:53 pm Amendment No.: 01 is hereby issued. See attached Standard Form (SF)-30 with Summary of Changes and the new Davis Bacon Wage Determination dated 29 June 2018.  Due to technical difficulties a revised Attachment 02 - Specifications (conformed with all the changes reflected in the SF-30 Summary of Changes) is not yet available. We expect to be able to post it no later than Monday, 9 July 2018.

Please consult the list of

document viewers if you cannot open a file. Solicitation 1 Type: Solicitation

Posted Date: May 31, 2018



A07.01-Solicitation_31May18.pdf (1494.95 Kb) Description: RFP No.: W9123818R0027

A07.01-Atch_1_Plans.pdf (4262.72 Kb) Description: 0561 North Sites Plans

A07.01-Atch_2_Specifications.pdf (880.85 Kb) Description: 0561 North Sites Specifications

A07.01-Atch_3_Wage_Determination.pdf (577.75 Kb) Description: Davis Bacon Wage Determination

Site Visit Attendance List Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Site Visit Attendance List

Posted Date: June 5, 2018



A02.02-Site_Visit_Attendance.pdf (285.53 Kb) Description: Site Visit 5June2018, Attendance List

Site Visit Q&A Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Site Visit Q&A

Posted Date: June 7, 2018



A02.02-Site_Visit_Q&A.pdf (184.88 Kb) Description: Site Visit Questions and Responses. Note that all other questions (i.e., bidder inquiries) must be submitted as stated in the solicitation - via ProjNET.

Amendment 1 Type: Mod/Amendment

Posted Date: July 5, 2018



A07.02-18R0027_AMD_01.pdf (464.54 Kb) Description: Amendment No.: 01, Standard Form 30 (SF-30)

A07.01.3-Atch_3_Wage_Determination.pdf (577.94 Kb) Description: Attachment 03, Davis Bacon Wage Determination dated 29 June 2018

AMD 01 Tech Specs Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: AMD 01 Tech Specs

Posted Date: July 9, 2018



A07.02-Atch_02_Specifications_5Jul18.pdf (3926.53 Kb) Description: The attached Specifications dated 5 July 2018 reflect the revisions identified in the Amendment No.: 01 Summary of Changes.



Contracting Office Address: 1325 J. Street
Sacramento, California 95814
United States


Primary Point of Contact.: Gregory L. Treible

[email protected] Phone: 9165576718