Similar Projects
US 12/SR 8/Grays Harbor County Fish Passage Barriers-Remove Fish Barrier
Infrastructure
Design
$55,055,000 CJ est. value
McCleary, WA 98557

Skagit WLA, Headquarters Unit Wiley Dike Repair
Renovation
Bidding
$3,900,000 CJ est. value
Mount Vernon, WA 98273

Abernathy Fish Technology Center(FTC) Rehabilitation Intake Structure
Renovation
Bidding
$5,000,000 CJ est. value
Longview, WA 98632

Greenbridge Scattered Site Abatement and Demolition Project
Term Contract, Demolition, Infrastructure
Sub-Bidding
$55,000 CJ est. value
Seattle, WA 98164

Building Deodorizing Service Maintenance
Term Contract
Sub-Bidding
Vancouver, WA 98660

Environmental Services
Term Contract
Post-Bid
Less than $500,000 est. value
Washington, DC

Environmental Services
Term Contract
Post-Bid
Less than $500,000 est. value
Washington, DC

2442 WLSP Sinkhole Lake Restoration
Infrastructure
Results
$276,650 est. value
Bellevue, WA 98008

Lechtenberg Farm Asbestos Abatement
Alteration
Results
$91,300 to $100,900 est. value
Vancouver, WA 98660

Green Mountain Vista Shelter & Renovation
Renovation, Infrastructure
Bidding
$119,710 CJ est. value
Bremerton, WA 98312

On Call Snow Removal Services
Term Contract
Sub-Bidding
Seatac, WA 98188

Acceptance of Non Hazardous Fill (Pool Bid)
Alteration
Post-Bid
WA

Terminal 1 Red Lion Hotel Demolition
Infrastructure, Alteration
Results
$1,606,000 to $1,775,000 est. value
Vancouver, WA 98660

Lieser Building Demolition
Demolition, Infrastructure - 48,000 SF
Sub-Bidding
$1,400,000 CJ est. value
Vancouver, WA 98664

Pierce County - Property Abatement, Demolition, Decommissioning, Asbestos Abatement, and Related Civil Construction
Alteration
Post-Bid
$350,000 est. value
WA

Last Updated 10/10/2022 03:32 AM
Project Title

Navigation Channel Maintenance Dredging

Physical Address View project details and contacts
City, State (County) Clarkston, WA 99403   (Asotin County)
Category(s) Single Trades
Sub-Category(s) Environmental
Contracting Method Competitive Bids
Project Status Results, Request for Qualifications, Construction start expected December 2022
Bids Due View project details and contacts
Estimated Value $5,818,400 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The magnitude of construction is estimated to be between $5,000,000 and $10,000,000 SCOPE This section specifies the requirements for dredging within the designated areas as indicated. Dredging will include the disposal of all materials within the limits of the disposal area. Dredging sites are as follows: 1. Ice Harbor Navigation Lock Approach 2. Snake/Clearwater River Confluence Site: A. Navigation Channel B. Clarkston Crane Dock Maintenance Area C. Clarkston Grain Dock Maintenance Area D. Clarkston Recreation Dock Maintenance Area E. Clarkston Cruise Line Dock Maintenance Area F. Clarkston Grain and Recreation Docks Access Channel G. Clarkston Cruise Line Dock Access Channel H. Lewiston Grain Dock Maintenance Area COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) The Contractor shall be required to (a) Commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than the dates listed below. In-water work window is (December 15 2022 through March 1 2023). Anticipated FY23 Navigation Lock Outage: March 2023 Navigation Lock Maintenance Closure Project Closes Reopens McNary 6:00 a.m., 4 March 2023 11:59 p.m., 25 March 2023 Ice Harbor 6:00 a.m., 4 March 2023 11:59 p.m., 25 March 2023 Lower Monumental 6:00 a.m., 4 March 2023 11:59 p.m., 25 March 2023 Little Goose 6:00 a.m., 4 March 2023 11:59 p.m., 25 March 2023 Lower Granite 6:00 a.m., 4 March 2023 11:59 p.m., 25 March 2023 ACCESS FOR FOREIGN NATIONALS: SITE VISIT AND CONTRACT WORK: Security clearance for foreign nationals to attend a site visit or to perform onsite work requires a minimum of 5 weeks prior to site visit or onsite work. Please send documentation by email (.pdf files are preferred) to david.c.boone@usace.army.mil and jani.c.long@usace.army.mil Acceptable forms of documentation include: A US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Foreign nationals must have received clearance prior to being granted access to the project site. PROFIT: Alternate structured approaches -- Construction contracts. [UDG 5115.404-73-1] Weighted guidelines method of determining profit shall be used on any equitable adjustment change order or modification issued under this contract. The profit factors shall be as stated below. (1) The following alternate structured approach shall be used for all firm-fixed price construction in accordance with W912EF22B0005 Page 42 of 55 Defense Federal Acquisition Regulation Supplement (DFARS) 215.404-4(b)(1). For all other actions, the weighted guidelines method described at DFARS 215.404-71 shall be used. (1) The Contractor shall complete all in waterwork work by not later than February 28th. For questions about the ProjNet Bidder Inquiry, please contact the Call Center help desk toll free at 1-800-428- HELP, which operates from 8AM to 5PM (Central US time zone). Bidder inquiry help questions can also be emailed to the helpdesk at staff@rcesupport.com. NOTICE: All bidders/offerors will be held to have reviewed the questions and responses in Bidder Inquiry prior to bid submission. Nothing is changed in the solicitation unless an amendment is issued. BONDS: If the successful offeror, upon acceptance of its offer by the Government within the period specified for acceptance, fails to execute all contractual documents or furnish executed payments bonds or alternate payment protection within 10 Calendar days after receipt of the contract award forms by the offeror, the Contracting Officer may terminate the contract for default/cause. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 01 - General Requirements, Special Procedures, Environmental Procedures.
Division 02 - Existing Conditions, Environmental Assessment, Hazardous Material Assessment, Site Remediation, Asbestos Remediation.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents