The RFP Database
New business relationships start here

C-44 Intake Canal Bank Stabilization Martin County, Florida


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the C-44 Intake Canal - Bank Stabilization (ICBS) project. The project is located in Martin County, FL just north of the C-44 Canal (St. Lucie Canal) between Lake Okeechobee and the Atlantic Ocean. The C-44 Intake Canal is located about 3 miles east of Indiantown, FL along CR 726 (Citrus Boulevard). The project is scheduled to be awarded in the spring/summer of 2019.The result of this market research will contribute to determining the method of procurement.

There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns. The Government must ensure there is adequate competition among the potential pool of responsible contractors.


Description of Project:


The work consists of minor grading of the slopes of the C-44 Intake Canal starting from the north side of the Citrus Boulevard Bridge up to the crossing in the Intake Canal at 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 by the contractor 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. Most of the placement will be done in the wet and dewatering is not allowed. The material removed from the grading of the slopes shall be placed in the nearby designated disposal area. The performance period for the work is 24 months from the date of award.


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.


SEE THE ATTACHED ACCEPTANCE CRITERIA FOR RIPRAP CHART.


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.



The Estimated Magnitude of construction is between $15,000,000 and $25,000,000.
The Estimated Period of Performance is 730 from the date of Notice to Proceed.


The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this project is $36.5 million.

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 capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past 10 years. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 2 example. Emphasis should be on projects that included similar environmental conditions and stone requirements.


4. Firm's Business category and Business Size - Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone.


5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential.


6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company.


7. Specify the magnitude of riprap placement (total amount of dollars and weight or volume) done in the wet, from canals or river banks performed in previous projects.


8. Experience in placing riprap on top of geotextile in both dry and wet conditions.


9. Indicate if you are anticipating the use of barge(s) for this project or the work will be performed from the canal banks.


10. Name and locations of nearby quarries and whether or not the quarries have availability of stones for this project (estimated amount of Type A riprap required is 87,000 cubic yards).


All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy.


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.


Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed project are invited to submit a response to this Sources Sought Notice by no later than 08 February 2019 by 2:00PM Local Time. All responses under this Sources Sought Notice must be emailed to tonya.m.rogers@usace.army.mil.


Prior Government contract work is not required for submitting a response under this sources sought synopsis.


You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov.


Tonya M. Rogers, Contract Specialist, Phone 9042321084, Email tonya.m.rogers@usace.army.mil - Timothy Humphery, Contract Specialist, Phone (904) 232-1072Timothy Humphery, Email Timothy.G.Humphery@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP