SOLICITATION NOTICE
Y -- INSTALL RELIEF WELL
- Notice Date
- 8/31/2011
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-11-Q-G032
- Response Due
- 9/9/2011
- Archive Date
- 11/8/2011
- Point of Contact
- MONICA DWYER, 402-667-7873
- E-Mail Address
-
USACE District, Omaha
(monica.e.dwyer@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Work is to be completed for the US Army Corps of Engineers, Gavins Point Project, located near Yankton, SD; POC is Bryan J. Bradley @ 402-667-2560 or bryan.j.bradley@usace.army.mil Gavins Point Dam Yankton, South Dakota Relief Well Outfall Modification Scope of Work 1.0 General. This scope of work is for the modification of two existing relief wells (RW 36 and 36A) and installation of an outfall on RW 36A. A project location plan and general plan are provided as Sheets GI-101 and GI-102. The work will consist of the excavation around two (2) relief wells approximately 15 feet apart and the installation of a concrete pad, a government provided 30 in. PVC manhole, fabrication and installation of a manhole cover, and piping from RW 36A to 36. The area of excavation has several utilities in the area and will require dewatering in order to install the manhole and outfall pipe. See Sheets CS-101 and CG-101 for plan views and installation details. Some information is provided for information only and verification of existing conditions will be required prior to and during construction. All work shall be performed in compliance with the Corps of Engineers Safety Manual, EM 385-1-1. 2.0 Project Location. The Gavins Point Dam-Lewis and Clark Lake Project is located on the Missouri River in Cedar and Knox Counties, Nebraska and in Yankton County, South Dakota. The dam spans the border between Nebraska and South Dakota. It is located about 4 miles west of Yankton, South Dakota. Nebraska State Highway 121 provides a 4.5-mile-long access road to the powerhouse from U.S. Highway 81. State Highway 121 is located approximately 2 miles south of Yankton, South Dakota and is located along the right bank of the Missouri River. Access from the left bank of the Missouri River to the dam is provided by South Dakota State Highway 52. Via State Highway 52, the dam is located approximately 4 miles west of Yankton, South Dakota. 3.0 USACE Points of Contact. USACE Points-of-Contact Function Name Office Phone E-Mail Technical POC Dam Safety Engineer, Andrew Barry, 402-995-2240,Andrew.L.Barry@usace.army.mil Project Office POC Civil Engineer Bryan Bradley402-667-2560 Bryan.J.Bradley@usace.army.mil; Alternate Project Office POC Engineer Technician Tony Roerig402-667-2564 Tony.V.Roerig@usace.army.mil 4.0 Access Restrictions and Controls. The Contractor shall be responsible for coordinating all access to the project site with the Project Office POC. Access roads identified on the drawings shall be confirmed by the Project Office POC. Access from Hwy 121 coming from the south side of the project may be restricted, due to ongoing maintenance work. All damages to access roads, the embankment, and other facilities shall be repaired by the contractor as directed and approved by the Project Office POC. 5.0 Work Date Restrictions. Normal work hours shall be Monday through Friday in the daylight hours, with no work on Federal Holidays. Work on the weekend is acceptable with prior approval of the Project Office POC. 6.0 Staging Area/Equipment Storage. Approximate locations of staging areas and equipment storage areas are shown on Sheet GI-102. There are two secure material and equipment storage areas available. They include the maintenance facility on the south side of the dam and a small gated storage area on the north side of the dam near the Lewis and Clark Lake Marina. All areas should be verified and coordinated with the Project Office POC prior to utilization. Any additional staging or storage areas shall also be coordinated with the Project Office POC. 7.0 Existing Site Conditions. A plan view of the construction site is presented on Sheet CS-101. There are several utilities in the immediate area of work. The locations of the utilities shown on the drawings are approximate only and their exact locations should be verified prior to any excavation in the area. The following utilities are expected to be encountered during construction: Force Main - Running parallel to the dam and approximately 7 ft. west of the center of RW 36. This line is buried approximately 3 feet. Electrical Line - Running parallel to the dam and approximately 4 ft.-4 in. west from the center of RW 36. This line is buried approximately 4 feet. Water Line - Running parallel to the dam and approximately 6 ft.-5 in. east of the center of RW 36. This line is buried approximately 6 feet. In addition to the utilities, an 8 in. PVC pipe that allows discharge of water out of RW 36 is buried approximately 11-12 ft. deep and runs perpendicular to the dam and under the Toe Road. It ties into the existing 36 in. Corrugated Metal Pipe (CMP). 8.0 Excavation, Dewatering, and Backfill Plan. The outfall will be installed in a relatively confined area of the dam with many utilities, obstructions, and groundwater below the excavation (See Sheets CS-101 and CI-103). The contractor shall develop an excavation, dewatering, and backfill plan showing how they intend to avoid damage to utilities and existing facilities, and dewater the area to facilitate the installation of the outfall. According to recent borings in the area (Sheet CI-101), a 4 ft. to 5 ft. layer of clay above a silty-sand layer is expected in the area. The excavated material shall be staged in two separate stockpiles; clay and silty sand; backfilled and compacted similarly to the original zoning of material (e.g. the 4 to 5 ft. clay layer shall be placed above the silty-sands). At no time should the toe of the dam be excavated during construction. The utilization of trench boxes, sheet pile, etc. to facilitate the excavation shall be at the contractor's option and expense. The contractor shall assume dewatering will be necessary. Full responsibility for dewatering shall be borne by the contractor until completion of the work under this contract. The contractor can utilize the existing 6 in. I.D. stainless steel screen, augmented by other well points for the dewatering efforts, but the contractor is responsible for any damages that may occur to the relief well if utilized in the dewatering efforts. Care should be taken to ensure that maximum well capacity is not exceeded in the well. Plans for dewatering shall be submitted by the contractor and are subject to USACE approval prior to construction. Historic piezometric levels for the dam are shown on Sheet CI-103. At a minimum, the plan should include the following: Detail and Cross Sections showing any use of trench boxes, sheet pile, well points, etc. to facilitate the excavation and dewatering of the area. A written description of the excavation, dewatering, and backfill efforts to include the type of equipment utilized, the size and operating procedure of any pumps/wells, and compaction efforts during the backfilling of the structures. 9.0 Outfall Material Requirements. The Government will provide the 30 in. I.D. PVC Pipe (See Sheet CG-101 for specifics). The following is a summary of contractor provided outfall materials and their requirements: 6 in. I.D. PVC Pipe: The contractor shall provide and install approximately 15 ft. of 6 in. I.D, Schedule 80 PVC pipe from RW 36 to RW 36A. In addition, all couplings and attachments required shall conform to these requirements and manufacturer recommended installation methods. Manhole Cover: The contractor shall provide and install a 30 in. diameter manhole to protect the outfall. The manhole cover shall be either aluminum or steel and contain a method to secure the cover to prevent unauthorized access to the relief well. Shop drawings, technical data sheets, and installation methods shall be submitted and approved prior to purchase and installation. Concrete Slab: The concrete slab shall be reinforced with a minimum strength of 3,000 P.S.I and installed as shown on Sheet CG-101. It shall be cast-in-place with direct contact with virgin soil and the bentonite seal. Surfaces upon which the concrete is placed shall be clean of vegetation, damp, and free of debris, frost, ice, and standing or running water. The concrete pad shall be allowed to cure a minimum of 48 hours prior to backfilling of the excavation. Special protection measures, approved by the Technical POC, shall be used if ambient temperatures of less than 40 degrees are anticipated prior to backfilling of the excavation. 10.0 As-Built Drawings. The Contractor shall provide a marked-up half size drawing to show actual work performed to include necessary sketches, modification drawings, shop drawings and notes. Red ink is to be used for additions and deviations from the contract. Green ink is used to indicate work deleted from the contract. The drawings shall be maintained by the contractor as the work progresses and available for review by the government representatives. The as-built drawings shall be submitted for approval at the completion of the project. The completed set shall be available at time of final inspection. 11.0 Submittals. The following discusses items that are to be submitted to the Technical POC for approval, prior to the beginning of construction. All submittals shall be sent by e-mail at andrew.l.barry@usace.army.mil or to the following address: Andrew Barry (CENWO-ED-GB) U.S. Army Corps of Engineers Omaha District 1616 Capitol Avenue Omaha, NE 68102 The Contractor will be required to submit the following items for approval: Project Schedule: The contractor shall submit a schedule of anticipated submittal, installation, and other key dates within 30 days of contract award. The project schedule shall take into consideration the lead times that are required for acquiring and/or fabricating the equipment and typical weather conditions in the Yankton area, e.g. construction during typically cold or hot periods. Excavation, Dewatering, and Backfill Plan: The contractor shall submit an excavation, dewatering, and backfill plan that conforms to the requirements in Section 8.0. Outfall Material Verification: Fabrication and/or Shop drawing showing that the product conforms to the requirements as discussed in Section 9.0. It shall be submitted at least 60 days prior to the proposed installation dates as provided in the project schedule. As-Built Drawings: The contractor shall submit As-Built drawings at the final inspection of the completed work.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-11-Q-G032/listing.html)
- Place of Performance
- Address: USACE Gavins Point Project 55245 Highway 121 Crofton NE
- Zip Code: 68730
- Zip Code: 68730
- Record
- SN02557907-W 20110902/110901000455-1cbf7ca15b2b0221f7945c3b31520861 (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 |