Federal Bid

Last Updated on 20 Apr 2019 at 8 AM
Sources Sought
Walla walla Washington

Milton Freewater Eastside Road Levee Rehab

Solicitation ID W912EF19RSS29
Posted Date 22 Mar 2019 at 1 PM
Archive Date 20 Apr 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Walla walla Washington United states 99362

The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled: Milton-Freewater Eastside Road Levee Rehab. The work is located in Milton-Freewater, Oregon. This will be a firm-fixed-price Construction contract. The North American Industry Classification System (NAICS) code for this project is 237990 Other Heavy and Civil Engineering construction and the associated small business size standard is $36.5 million. The magnitude of Construction is estimated to be between $250,000 and $500,000. Performance and Payment bonds will be required.

Anticipated contract award August 2019.

This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. Please do not respond to this notice unless you intend to respond to the solicitation.

A) A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm's role in the project, performance period, the dollar value and the completion date. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel.

B) A reference list for each of the projects submitted in A) above. Include the name, title, phone number and email address for each reference.

C) Provide a statement of your firm's business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above.

D) Provide a statement that your firm intends to submit an offer on the project when it is advertised.

E) Provide a statement of your firm's bonding capacity. A statement from your surety is NOT required.

F) Cage Code and DUNS number.

Submit this information to Victoria Richmond, Contract Specialist, via email to [email protected]. Your response to this notice must be received on or before 2:00 P.M. on Friday, April 05, 2019.

Summary of Scope of Work:

The city of Milton-Freewater is located in northeastern Oregon, just ten miles south of the Washington state line and approximately 112 miles from the Idaho state line. The Walla Walla River runs adjacent to the city of Milton-Freewater and is constrained by the levee systems. The river is dominated by a braided system with an unstable channel that migrates within the levee systems. The levees extend for approximately 5.5 river miles. The levee systems protect significant portions of the city of Milton-Freewater as well as residential, commercial, agricultural, and industrial areas of Umatilla County. The levee is accessible at several points by local and residential roads.

The Milton-Freewater levee system consists of trapezoidal earth embankment levees with bottom widths varying from 80 to 130 feet. Riverside slopes of the levees are armored with riprap. The original established design flow in 1951 for the channel was 18,600 cfs. The design flow was reduced to 12,000 cfs according to DM-1, which is a flood event with an approximate 140-year frequency of occurrence. The levees extend for approximately 5.5 river miles and consist of four discontinuous segments (MF-1 Left Bank; MF-2 Right Bank, 15th Avenue Bridge Vicinity and Upstream; MF-3 Right Bank, Cemetery Bridge Upstream to High Ground; and MF-4 Right Bank Nursery Bridge to McCoy or Tum-A-Lum Bridge), having a combined total length of 9.43 miles that tie into natural high terrain.

On February 5th, 2018 flows in the Walla Walla River peaked at nearly 4,000-cfs near Milton-Freewater. The higher than normal flow caused bed degradation near the toe of the MF 1 Left Bank and MF 4 Right Bank Lower levee segments. The bed degradation undermined the rip-rap on the levee toe. The rip-rap, that once protected the levee toe, has been eroded leaving the levee vulnerable to extensive erosion during the next high flow event.

With higher than normal flow condition, the river dynamically changes direction and impinges sections of the levee, thus causing more damage and potentially leading to a levee breach. It has been estimated that an event as small as a 50-year flood could cause enough erosion of the levee that it could lead to a levee breach. Whereas, if the levee were repaired the levee at this location could withstand nearly a 200-year flood event, occurring to the National Levee Database (NLD). At the location where the damage occurred, river capacity is not an issue. The problem is the potential erosion of the levee where the revetment is missing.

Contractor will be required to restore the levee to as-was condition. Work involves reestablishing riverside slopes where erosion or riprap revetment displacement has taken place. Grading slopes at a 2H: 1V with suitable fill material. Placing ODOT Class 2000 rock riprap revetment along the riverside slopes and installing a toe to support the slopes. The repair shall begin at the most upstream scour area and end at the furthest downstream area, which is approximately 150 feet on the right bank and 50 feet on the left bank of the river. There are several areas where the riprap is in good condition and can be reused .

The estimated period of performance is August 2019 - December 2019.

All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1).

The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1.

A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5-years' experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 8-hours of formal safety training each year for the past 5-years.

The Contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor's operations. The CQC System Manager must possess a minimum of 5-years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled "Construction Quality Management for Contractors" within the last 5-years.

The Contractor will be required to use the Government-furnished Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor after contract award.

The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. 

Bid Protests Not Available

Similar Opportunities

Colorado 12 Jul 2025 at 4 AM (estimated)
Colorado 12 Jul 2025 at 4 AM (estimated)
Richland Washington 09 Jul 2025 at 10 PM
New york New york 09 Jul 2025 at 3 PM