Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2004 FBO #0891
SOLICITATION NOTICE

Z -- Bull run Road Decommissioning

Notice Date
2/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Northwest Oregon Contracting Area (NOCA), 16400 Champion Way, Sandy, OR, 97055
 
ZIP Code
97055
 
Solicitation Number
R6-06-04-029
 
Response Due
4/13/2004
 
Point of Contact
Janet Hunt, Lead Procurement Assistant, Phone (503) 668-1617, Fax (503) 668-1763, - Erina Goff, Procurement Technician, Phone (503) 668-1636, Fax (503) 668-1763,
 
E-Mail Address
jmhunt@fs.fed.us, egoff@fs.fed.us
 
Description
Project is located in the Bull Run Watershed, Mt. Hood National Forest. Access to project area is via Hwy. 26, east of Sandy, Oregon, Lolo Pass Road, north of Zigzag Ranger Station, and Forest road 10. This work consists of decommissioning 11.6 miles of road in the Bull Run Watershed. Decommissioning involves excavation of culverts, stream channel restoration, decompaction of road surfaces, cross-ditching, outsloping, seeding & mulching exposed soils, and disposing of excavated culverts. Road decommissioning is to be accomplished by hydraulic track-mounted excavator, crawler-tractor (dozer), and dump truck. Equipment will be paid by the hour. Work is to be directed by the Contracting Officer’s Represenative (COR). Culvert removal will involve excavation of approximately 5 large (40” diameter or larger) culverts which carry live streams. Volume of excavation is estimated at 500 – 2000 cubic yards per culvert. Stream diversion will be required to protect water quality. Approximately ten stream-carrying culverts smaller than 40” will be excavated. Volume of excavation may range from 20 - 500 cubic yards per culvert. Stream diversion will be required to protect water quality. All ditch-relief culverts will be removed – approximately 8 per mile for the entire 11.6 miles of road. Crossdrains will be constructed as directed by COR. Excavated soil is to be placed on the road surface and contoured (outlsoped) as directed by COR. Immediately following earthwork, exposed soil is to be seeded with weed-free annual rye grass seed (Lolium multiflorum) and mulched with weed-free annual rye grass straw or wheat straw. Seed shall be applied at the rate of 50 lb./acre. Adjacent to live streams, government-furnished native grass seed shall be used. Areas requiring gov’t.-furnished native seed will be designated by COR. Mulch shall be applied so as to provide cover over 100% of exposed soil and to a depth of approximately two inches. Contractor shall provide manufacturer certification of species and purity for both seed and mulch. Seed & mulch is not required on decompacted road surface. Where necessary, roads may be minimally cleared of brush, downed trees, etc. to facilitate access to work sites. Road clearing work is incidental to mobilization. Trees and brush (slash) from excavated slopes will be placed on exposed soil as mulch, and spaced so as to allow for foot travel on roads and to facilitate revegetation (one layer deep). This operation will be paid under equipment time. Live streams will be diverted from excavated areas to prevent soil from entering waterway. A site specific water quality control plan must be submitted and approved for each stream diversion prior to start of excavation. Such plans must include a sketch of stream channel showing how water is to be diverted and a description of equipment to be used. Required equipment may include piping, sandbags, plastic sheeting, pumps, hoses and filters. Pumps used for stream diversion must be capable of handling the full flow of diverted stream. More than one pump may be necessary, as pumping may be needed at both inlet & outlet of excavated channel. COR will monitor water quality before and during operations. Work associated with stream diversion and water quality will be paid under Pay Items 1.5 and 1.6. Diversion of streams flowing through culverts 40” in diameter or larger will be paid under pay item 1.5. Diversion of streams flowing through culverts smaller than 40” will be paid under pay item 1.6. Boulder “weirs” are to be constructed in designated stream channels as directed by COR. Excavated culverts become property of contractor and will be disposed of off National Forest land. Loading & hauling of excavated culverts is incidental to mobilization. Equipment time will not be used for sole purpose of salvaging culverts in an undamaged condition. Asphalt road surfaces are to be decompacted with excavator or dozer equipped with ripper teeth. Decompaction shall be to a depth of approximately one foot and cover approximately 75% of road surface. Asphalt surfaces on which soil is placed will also be decompacted. Channel banks and excavated side-slopes will be “walked in” with tracked equipment or compacted by excavator bucket to reduce erosion. A 75’ x 25’ x 20’ pile of excavated culverts is to be removed from road 1015030 and disposed of off National Forest land. Culvert pile is located approx. 1.0 mile from road 10. Road 1015030 can be used only during dry weather. Payment for this work will be incidental to mobilization. A 12’ x 14’ x 65’ multi-plate steel culvert is to be excavated and removed from road 1015105, mp 0.7. All work at this site including dewatering, excavation, seed & mulch, etc. will be paid under item 1.4. A detailed plan of operation which includes water quality control must be submitted and approved by COR prior to start of work at this site. As part of contract bid, an overall plan of operations must be submitted which includes: description of each piece of equipment to be used, schedule of work and estimated number of work days for each section of road, and a general plan for stream diversion and water quality control. Cost of moving equipment beteween work sites shall be incidental to mobilization. Track-mounted equipment shall not be “walked” on asphalt surface roads, except those to be decommissioned. Estimated price range is between $100,000 and $250,000. Estimated start date is July 1, 2004 with 60 calendar days. Solicitations will be accepted until 4:00 p.m., April 13th, 2004. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-FEB-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-MAY-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/0467/R6-06-04-029/listing.html)
 
Place of Performance
Address: Mt. Hood National Forest Zigzag Ranger District Clackamas County, Oregon
 
Record
SN00579235-F 20040505/040503213506 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.