DESCRIPTION OF WORK:
The work consists of grading of the slopes of the C-44 Intake Canal starting from the north side of the Citrus Boulevard Bridge to the crossing in the Intake Canal approximately 4.4 miles north and placing geotextile fabric with a 12 to 18 inch thick layer of riprap on top. Since most of the proposed geotextile and riprap will be placed under water (18 inches thick up to elevation 13.0', NAVD) hydrographic and topographic surveys shall be secured before, during, and after construction. The bottom toe and the 1V:3H side slopes of the canal shall be graded for placement of the geotextile and riprap to the design top elevation of 15.3' NAVD. All construction will be done in the wet, dewatering of the canal is not allowed for riprap placement. The material removed from the grading of the slopes shall be placed in the designated disposal area.
The project work is comprised of a Base and One Option. The Base work has an order of work that will be completed in two phases. Phase I shall be completed first. The second order of work shall be Phase II.
Base Work, Phase I (First Order of Work) consists of grading of the toe and slope of the east side of the C-44 Intake Canal and the installation of the geotextile and riprap.
Base Work, Phase II (Second Order of Work) - Grading of the toe and slope of the C-44 Intake Canal and installation of the geotextile and riprap. This work shall start on the east bank and west bank of the Intake Canal.
Option A - There are existing features within the limits of construction of this option that will be removed and/or modified by others. The solicitation drawings will depict both proposed and existing conditions. Upon construction completion by others, the area in this option will be re-surveyed by the Government and provided to the Contractor. The Option includes grading of the toe and slope of the remaining C-44 Intake Canal and placing geotextile and riprap.
The period of performance is 730 calendar days after receipt of Notice to Proceed (NTP), including 60 calendar days to commence work, and excluding final establishment of grass which is 90 calendar days. The 730 calendar days includes 380 calendar days for the Base and 350 calendar days for Option A.
PROPOSAL REQUIREMENTS:
Award will be made to the offeror whose proposal represents the best value to the Government. Proposals will be evaluated in the areas of Technical Merit, Past Performance, Small Business Participation and Price.
Magnitude of construction is between $15,000,000.00 and $20,000,000.00. THIS IS AN UNRESTRICTED ACQUISITION. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE.
The solicitation will be issued on or about May 29, 2019 with a response date of June 28, 2019. Solicitation will be issued in electronic format only and will be posted on the Federal Business Opportunities (FBO) website: https://fedbizopps.gov/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the Federal Business Opportunities website. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to receive an award from this solicitation. The SAM website can be located at https://www.sam.gov. NAICS Code 237990, size standard $36.5 million.
Specific Project Challenges:
Dewatering is not allowed. Water levels in the C-44 Intake Canal are mainly affected by rainfall, evaporation, local runoff, and the operation of Lake Okeechobee which is managed by the Jacksonville District U.S. Army Corps of Engineers (Corps) in accordance with the 2008 Lake Okeechobee Regulation Schedule. The water levels in the C -44 Canal, which affect the water levels in the C-44 Intake Canal, is controlled by structures S-308 and S-80, which control the easterly discharge of Lake Okeechobee water to tidewater. In addition, S-80 provides means for passing boat traffic through the C-44 Canal. When S-308, is closed, S-80 will maintain an upstream elevation from 14.0 to 15.0 ft., NGVD29 in so far as is possible.
Stone Requirement:
Contractor will be required to furnish stones that are sound, durable and angular in shape. Stones shall have an elongation (ratio of greatest dimension to least dimension) less than 3:1 and no stone shall have and elongation greater than 4:1. Material shall be free from cracks, seams, non-mineralized or other defects that would tend to increase its deterioration from natural causes. Stones shall be graded in size to produce a dense interlocking mass. Riprap shall consist of dense, natural rock fragments. Stones shall be free from quarry fines, soil, shell material, organic material, and shale seams. Rounded boulders or cobbles shall not be used.
Riprap shall conform to the following gradation: Type A (6-inch average size) - diameter 12-in 95-100 percentage passing, diameter 6-in 25-75 percentage passing, and diameter 3-in 0 to 10 percentage passing.
General Execution of Work:
Base Preparation - Areas on which geotextile and riprap are to be placed shall be graded to conform to cross sections shown on the contract drawings. Excavation and subgrade preparation shall be in accordance with contract earthwork requirements. Clear the subgrade of sticks, stones, debris and other materials that could puncture the overlying geotextile. The prepared base will be inspected by the Contracting officer prior to placement of geotextile. No geotextile shall be placed on the subgrade, above or below water, without prior acceptance of subgrade conditions by the Contracting Officer.
Geotextile - Place Type 1 Geotextile in accordance with contract geotextile requirements. The geotextile must be in intimate contact with the subgrade. Geotextile shall be placed only on subgrade approved by the Government.
Placement of Riprap - Place riprap in a manner which produces a well-graded mass of rock with the minimum practicable percentage of voids. Riprap shall only be placed by equipment or means that are identified in the Work Plan. No equipment shall be operated directly on the completed stone protection system. Riprap shall be placed to its full course thickness in one operation and in such manner as to avoid displacing or damaging the geotextile. The large stones shall be well distributed and the entire mass of stones in their final position shall be graded to conform to the gradation specified. Placement shall begin at the bottom of the area to be covered and continue up slope. Subsequent loads of material shall be placed against previously placed material in such a manner as to ensure a relatively homogenous mass. The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones. Placing riprap in layers will not be permitted. Placing riprap by dumping it into chutes, or by similar methods likely to cause segregation of the various sizes, shall not be permitted. Placing riprap by dumping it at the top of the slope and pushing it down the slope shall not be permitted. The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other source; by controlled dumping of successive loads during final placing; or by other methods of placement which will produce the specified results. Each truckload shall meet the gradation requirements. Rearranging of individual stones shall be required to the extent necessary to obtain a well-graded distribution of stone sizes as specified above. However, manipulating stone by means of dozers or other blade equipment shall not be permitted. Riprap shall be placed in conjunction with the construction of the ground surface, canal slopes or other adjacent features, earthen features, and with only sufficient lag in construction of the stone protection as may be necessary to prevent mixing of subgrade and stone protection materials. Excavation and Placement - All excavation and placement of geotextile, riprap, fill, and sod in a given work section shall be completed prior to starting a new work section.
Tolerance for riprap - A tolerance of plus 6 inches and minus 3 inches from the slope lines and grades shown on the contract drawings will be allowed in the finished surface of the riprap, except that the extreme of this tolerance shall not be continuous over an area greater than 200 square feet. The average tolerance of the entire job shall have no more than 50 percent of the tolerances specified above.
Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information:
1) Firm's name, address, point of contact, phone number, website, and email address
2) Firm's interest in bidding on the solicitation when it is issued
3) Firm's Business category and Business Size - Large/Small Business, 8(a), SDVOSB, WOSB, HUBzone, etc
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed project are invited to submit a response to this Pre-Solicitation Notice by no later than the date identified in this posting. All responses under this Pre-Solicitation Notice must be emailed to [email protected].
NOTE: DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT
DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA
NONE OF THE REQUIREMENTS IDENTIFIED, PROJECTED AWARD DATES, OR REQUIREMENTS IDENTIFIED ARE BINDING ON BEHALF OF THE GOVERNMENT. CONTRACTORS SHOULD AWAIT THE FORMAL SOLICITATION FOR ANY BINDING TERMS, CONDITIONS, AND REQUIREMENTS CONCERNING THIS REQUIREMENT ANTICIPATED TO BE RELEASED WITH SOLICITATION# W912EP19R0013