Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
SPECIAL NOTICE

Y -- CORPS OF ENGINEERS MUD MOUNTAIN DAM FISH PASSAGE FACILITY

Notice Date
6/12/2017
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-17-FPF-MMD
 
Archive Date
7/7/2017
 
Point of Contact
JOHN SCOLA,
 
E-Mail Address
JOHN.P.SCOLA@USACE.ARMY.MIL
(JOHN.P.SCOLA@USACE.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PROJECT LABOR AGREEMENT (PLA) SURVEY ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a SPECIAL NOTICE. No proposals are being requested or accepted with this notice. The Corps of Engineers Seattle District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLA) for large scale construction projects (exceeding $25 million) within the Enumclaw, WA and surrounding area. This market survey is being posted for the Enumclaw, WA and surrounding area. Description of Work: Construction of a new U.S Army Corps of Engineers (COE) Mud Mountain Dam (MMD) Fish Passage Facility (FPF) site on the White River, adjacent to the existing Muckleshoot Indian Tribe (MIT) fish hatchery, just outside the city limits of Enumclaw, Washington, in King County. The following is a brief description of the major features of the proposed project: The main features of the proposed facility includes a fish barrier, water supply intake (with fish screens) for facility and auxiliary water supply, pumped water supply for higher elevation features, MIT juvenile release pipe, fishway entrance, fish ladder, pre-sort pools, fish lift, post-sort pool, elevated sorting facility, truck loading, truck fleet, utility improvements, roadway improvements, abatement pond, release site and equipment, and control building. The new barrier, trap and haul facility consists of the following design features. • New fish barrier with moveable gates to allow flow and sediment manipulation. • The new barrier will maintain conditions for CWA intake, the new Corps fish facility water supply intake, and the new Corps fishway entrances. • Narrowed structure to improve hydraulics and sediment transport. • The new structure will include hinged crest gates with piers between gates (hinge crest, radial or other) and an access bridge across the top. • Maintenance deck to allow removal of large woody debris and for closure of gates with stoplogs. • Scour protection above barrier. • Deepened tailrace with scour protection. • New right bank abutment for narrower structure. • Realignment of the lower portion of the right bank levee to match up with the new right abutment position. • The new levee prism would match the existing levee prism.• Intake structure with gravity fed facility water supply channel (w/ screens & juvenile bypass). • Fishway entrances or gates (4) and entrance pool. • Fishway ladder (10 pools) leading to pre-sort holding pools. • Pre-sort holding pools (2), structural and mechanical, including entrance and exit features to the pools, and crowder to be located in pre-sort pools for purposes of moving fish to conveyance structure. • Facility gravity-fed water supply channel (approximately 360 cfs) to provide water for fish entrance, ladder, presort pools (2) and connection to pump station. • Facility water supply pump station to provide water for elevated features of the facility that the gravity-fed water supply cannot reach including hopper lift, fish distribution, fish sorting, post-sort pools, and truck loading. • Fish conveyance via Archimedes Screw Lift (ASL) also known as fish augers (2) for vertical lift. • Distribution/sort flume to destinations for fish transport, MIT hatchery broodstock collection, or monitoring. • Post-sort holding pools and sorting and monitoring area. • Truck loading system (drive-under). • Truck fill design accommodating the current 1200 gallon trucks and larger trucks of approximate size 4500 gallon. • Long-term stormwater plan for truck loading/drainage, impacts from impervious surface area. • Integration of trap-and-haul facility with MIT hatchery for collection of adults from post-sort pool area, and avoidance of impacts to juvenile fish release pipe. • Use of MIT trap or new temporary trap on the right bank or extension of the existing left bank fishway for temporary trapping during construction on the left bank. • Use of existing barrier on the right bank during construction of new barrier. • Demolition of existing fish trap following first year of operation of new trap. • Road improvements from the new right bank fish trap next to the MIT hatchery to the MMD Road, and for 2 miles downhill from the entrance to the fish release road at Highway 410 to the fish release site. • Road improvements to allow truck loading and transport on the new trap road and MMD road design to truck loading at fish trap and unloading areas at fish release site, coordination and integration of civil design features with adjacent team's design features. • A fleet of trucks capable of passing 60,000 fish in one day in accordance with MMD operations staff design requirements and the requirements of the Biological Opinion. Truck size may include larger trucks of up to 4500 gallons and reuse of the existing fleet of 1200 gallon trucks. • Two removable chutes for unloading fish from trucks and associated supports and structural foundations at the release site. • Slope stabilization for the release flume drop-off site pad. The magnitude of construction is in the range of $100,000,000 and $250,000,000 in accordance with DFARS 236.204. Factors to be considered: Some of the factors that may be considered regarding PLA use are: a) The project will require multiple construction contractors and/or subcontractors employing workers in multiple crafts or trades. b) There is a shortage of skilled labor in the region in which the construction project will be sited. c) Completion of the project will require an extended period of time. d) Project labor agreements have been used on comparable projects undertaken by Federal, State, municipal, or private entities in the geographic area of the project. e) A project labor agreement will promote the agency's long term program interests, such as facilitating the training of a skilled workforce to meet the agency's future construction needs. f) Any other factors that the agency decides are appropriate. A PLA is defined as a pre-hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. 158(f). Federal Acquisition Regulation (FAR) 22.503 - Policy: a. Project Labor Agreement (PLA) is a tool that agencies may use to promote economy and efficiency in Federal procurement. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of project labor agreements in connection with large-scale construction projects. b. An agency may, if appropriate, require that every contractor and subcontractor engaged in construction on the project agree, for that project, to negotiate or become a party to a project labor agreement with one or more labor organizations if the agency decides that the use of project labor agreements will: 1. Advance the Federal Governments interest in achieving economy and efficiency in Federal procurement, producing labor-management stability, and ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters; and; 2. Be consistent with law. Reference: Provision: FAR 52.222-33 Notice of Requirement for Project Labor Agreement and Clause: FAR 52.222-34 Project Labor Agreement. Industry Comments: Accordingly, the construction community is invited to comment on the use of PLAs. Of particular interest to the Government are responses to the following questions: 1) Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation. 2) Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible. 3) Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. 4) Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 5) Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 6) Identify any additional information you believe should be considered on the use of a PLA on the referenced project. 7) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. 8) Please provide a list of recent (2-5 years) construction projects in the local labor market of the project under consideration. The information gathered in this exercise should include the following information: a) Project Name and Location b) Detailed Project Description c) Initial Cost Estimate vs. Actual Final Cost d) Was the project completed on time? e) Number of craft trades present on the project f) Was a PLA used? g) Were there any challenges experienced during the project? 9) Which trades are expected to be employed on this Fish Passage Facility (FPF) project based on the description above? Are you likely to need some union skilled trades for at least part of this project? 10) What market share does union labor have in the geographic area for this FPF project or type of construction? 11) Does the local market contain the sufficient number of available skilled workers for this project? Are there other projects in the vicinity going to limit the pool of skill labor available for your project? 12) Has a project like this been done before in the local market? 13) What investments have been made to support registered apprenticeship programs? 14) Have PLAs been used on comparable projects undertaken by the public sector in this geographic region? 15) Have PLAs been used on this type of project in other regions? 16) Which CBAs are likely to expire during the course of the project under consideration that might cause delays? 17) How do open shop and union wage rates influence prevailing wage rates in the local market and compare to Davis Bacon rates? What impact does unionization in the local market have on wages? 18) Could a PLA contribute to cost savings in any of the following ways? • Harmonization of shifts and holidays between the trades to reduce labor costs? • Minimize disruptions that may arise due to expiration of CBA? • Availability of trained, registered apprentices, to promote efficiency for highly skilled workforce? • Allowing for changes in apprentice to journeyman ration. • Serving as management tool that ensure highly skilled workers from multiple trades are coordinated in the most efficient way. • Other reasons? 19) Could a PLA minimize risk and contribute to greater efficiency in any of the following ways? • Mechanisms to avoid delays • Complying with Davis Bacon and other labor standards, safety rules and EEO and OFCP laws. • Ensuring a steady supply of skilled labor in markets with low supply or high competition for workers. 20) Are there ways in which a PLA might increase costs on this particular project? THIS IS NOT A SOLICITATION FOR PROPOSALS AND DOES NOT CONSTITUTE ANY COMMITMENT BY THE GOVERNMENT. Responses to this labor market survey will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitations announcements separately from responses to this market survey. Interested firms shall respond to this Special Notice no later than 2:00 pm (Pacific Time) on 22 June 2017. The responses should be forwarded to John Scola, Contract Specialist, by email: John.P.Scola@usace.army.mil, fax to 206-764-6817 or mailed to: Seattle District Corps of Engineers, Attn: CENWS-CTA: John Scola, PO Box 3755, Seattle, Washington 98124-3755. Contracting Office Address: USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755 Point of Contact(s): John Scola, Contract Specialist at john.p.scola@usace.army.mil USACE District, Seattle
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-17-FPF-MMD/listing.html)
 
Place of Performance
Address: Mud Mountain Dam, Enumclaw, Washington, United States
 
Record
SN04541411-W 20170614/170612235055-295c3d6ef15ebdf3a98c4b8276de660a (fbodaily.com)
 
Source
FedBizOpps 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.