SOLICITATION NOTICE
W -- USACE MVP Drilling IDIQ
- Notice Date
- 5/4/2018
- Notice Type
- Presolicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES18R0014
- Archive Date
- 6/2/2018
- Point of Contact
- Jesse Onkka, Phone: 6512905444, Shamron Richardson, Phone: 651-290-5615
- E-Mail Address
-
Jesse.L.Onkka@usace.army.mil, Shamron.J.Richardson@usace.army.mil
(Jesse.L.Onkka@usace.army.mil, Shamron.J.Richardson@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- US ARMY CORPS OF ENGINEERS DRILL RIG RENTAL AND SUPPORT SERVICES CONTRACT EASTERN AND WESTERN AREAS, ST. PAUL DISTRICT PARTS OF: NORTH AND SOUTH DAKOTA, MINNESOTA, WISCONSIN, AND IOWA DESCRIPTION/SPECIFICATIONS TABLE OF CONTENTS SECTION NO.: 1GENERAL/INTRODUCTION 2EQUIPMENT AND SUPPLIES 3CONE PENETROMETER TESTS 4MOBILIZATION AND DEMOBILIZATION (MOB. AND DEMOB.) 5SITE SAFETY, UTILITY MEETINGS, ROAD USE PERMITS, MONITORING WELL PERMITS, NOTIFICATIONS, AND BORING ABANDONMENTS 6MILEAGE 7PROJECT LOCATION 8OPERATING PERSONNEL 9MAINTENANCE AND REPLACEMENT OF EQUIPMENT 10OPERATING AND WORKING TIME 11PER DIEM 12 MONITORING WELL & PIEZOMETER MATERIALS 13TASK ORDERS 1 GENERAL. Rental of Drilling Equipment with Operating Personnel and Supplies. Mileage for all vehicle use necessary to accomplish the work, and that is not covered by mobilization and demobilization, shall be included in payment for Rental of Drilling Equipment. There shall be no separate payment for mileage. A Government Inspector will be on-site to log borings and inspect the work. At the time of the contract award the Contractor shall have all the necessary licenses, registration, etc, for personnel and equipment, to begin work immediately in all the states in which the awarded contract applies. The Contractor shall furnish drilling equipment, support vehicle(s), floating plant, supplies, and operating personnel capable of efficiently performing the following: a. 4 inch through 8 inch flight auger borings; b. Borings through cohesionless and cohesive soils with 3 inch through 8 inch diameter fishtail, or tricone roller bits, and a split-spoon sampler using drilling mud in lieu of casing. Upward directed drilling fluid return type bits may be required in engineered embankments; c. Borings using 4 inch through 8 inch diameter pipe casing; d. Auger-through and split-spoon sampling of cohesionless and cohesive soils with 3 ¼-inch, 4 ¼-inch, 6 ¼-inch, and 8 ¼-inch I.D. hollow stem augers; e. Standard Penetration Tests (SPT's) per ASTM 1586 84 (Re-approved 1992), with automatic drive hammer and cathead driven safety hammer. Split-spoon sampler shall conform to "Standard Split Barrel Assembly" detailed in ASTM 1586 84; f. Continuous soil sampling with the SPT barrel and a 2-inch I.D X 2 1/2 inch O.D. X 3 foot-long split-barrel sampler; g. 3 inch and 5 inch thin wall undisturbed soil sampling; h. 3 inch and 5 inch Hvorslev-type fixed piston undisturbed sampling; i. Coring of bedrock and rebar reinforced concrete with NQ-3, HQ-3, HQ-Wireline, PQ-3 and 6 inch x 7 3/4 inch diameter core barrels or equivalent. The appropriate diamond and carbide coring bits shall include internal and bottom discharge type; j. Abandonment and backfilling of boreholes and CPTu soundings, per appropriate state requirements, by gravity and/or pump and tremie system with cement/bentonite, high solids bentonite, bentonite chips, barite and/or neat cement grout; k. Rotary borings through rock, reinforced concrete, and cohesionless and cohesive soils. A mud pump, mud pan or tank, mud mixing apparatus, water tank and pump for filling tank, appropriate hoses, and bentonite drilling mud shall be on site for each project;; l. Well screen and riser installations, for the purpose of constructing observation and monitoring wells (up to 2 inch diameter), direct burial piezometers and/or standpipe piezometers (up to 2 inch diameter), installing inclinometer casing (3.5 inch O.D.), instrument protective casings and covers, and other instrumentation. Borings through cohesive and granular soils, concrete, and rock, to set instrument pipe and casing, to install protective casing, and to backfill instrument installations with selected materials, as requested by the Contracting Officer; m. All types of soil and rock borings in Level D or Level C personal protective gear as defined by OSHA; n. Decontamination of all equipment before the Contractor arrives at the drilling site, between the sample intervals, boreholes, or before the Contractor leaves the drilling site as is deemed necessary in the SCOPE OF WORK for the Task Order; o. Remote drill-site access prior to drilling to include removal of brush and small trees with chainsaw or appropriate methods, snow removal, site leveling as necessary; p. Worksite restoration to pre-drilling conditions to include, but not limited to, removing auger and drill cuttings and repair ground damage at borehole sites, as requested by the Contracting Officer's Representatives; q. Drill the majority of holes to a depth of less than 150 feet using DRILL RIGS A-D listed below. However, the Contractor may be required to drill and sample up to 300 feet in depth using equipment identified as DRILL RIGS B and DRILL RIG C. DRILL RIG A shall be capable to drill and sample to depths of at least 200 feet. DRILL RIG E shall be capable to drill and sample to a depth of 50 feet; 2 EQUIPMENT AND SUPPLIES. Equipment requirements will vary from job to job as requested in individual TASK ORDERS and defined in their respective SCOPE OF WORK. A typical SCOPE OF WORK will define the project requirements and will request the rig that can access the most remote boring. The majority of the projects involve continuous split-spoon sampling using Hollow Stem Auger to advance and clean the hole between samples, and mud-rotary drilling for maintaining an open borehole below the water table. A support vehicle (pickup truck or cargo truck) shall be included in the rental of each Drill Rig or CPTu SYSTEM. No separate payment will be made for a support vehicle. Some projects may require more than one type drill rig and operating crew at the same time. Individual task orders will specify the project requirements. The five different drill rig types and CPTu system required for this contract and detailed in section 2a. through 2e. are: DRILL RIG A (All-Terrain Vehicle, Track-Mounted); DRILL RIG B (All-Terrain Vehicle, with large Balloon or Flotation Tires); DRILL RIG C, (Truck-Mounted 2 or 4-Wheel-Drive); DRILL RIG D (Skid Rig with Rotary Drilling Capability); DRILL RIG E (Portable, Hand-Carried) Pipe-Driving Winch Rig; and CPTu SYSTEM (See section 3 for details of CPTu System) pushed by one of the above Drill Rigs. The equipment will be used on all types of terrain including but not limited to woods, steep hills, bogs, frozen lakes and swamps, and site conditions, dry, wet, or muddy. It will be used in all weather conditions; snow, rain, ice, sub-zero temperatures. Drilling equipment may be used on Government owned or Contractor provided rented floating plant(s) on rivers, harbors, and lakes. Contractor provided rental work barge(s) shall, at a minimum, have 2 working spuds capable of holding the barge in place at a water depth of 40-feet. Rental barge(s) will be of sufficient size to be appropriate for the loading conditions and allow safe and stable access around all sides of the drilling equipment. A rental boat (push boat) to position the work barge may be necessary. A Contractor provided rental boat shall be equivalent to a 200 horse power, twin engine array with "push knees" to facilitate work barge to push boat connection. Depending upon work location both barge and boat may need to be transported over the road. The Contractor shall provide a competent boat pilot with the rental boat. Appropriate water safety gear to include personal flotation device for each crew member shall be included in the rental. The Contractor shall furnish all equipment and supplies necessary to perform the required drilling to include, but not limited to, the following: a. DRILL RIG A: All-Terrain Vehicle (ATV), Track-Mounted Rig with rotary drill and accessory equipment, designed for geotechnical drilling, rock coring, hollow stem augering, and split-spoon sampling, with automatic driven hammer AND cathead-driven safety hammer, for conducting SPT's per ASTM 1586 84. Drill rig must be designed for accessing remote sites, traveling over uneven terrain, over snow, and on very soft and/or wet ground. It should have a ground pressure variant of 4 psi or less with proper weight distribution and stability. Two hydraulic leveling jacks shall be fitted at the rear of the vehicle and at least one on the front. The drill mast shall be operated hydraulically, and shall be fitted with sheaves for at least three (3) cables and one (1) rope. The drill rig shall be transported on a trailer between sites. The drill rig shall also be equipped with an attached or attachable water tank of at least 100 gallons that can be brought into remote mud-rotary drill sites that trailered water tanks or support vehicles with water tanks cannot access. The drill rig shall also be equipped with a pump capable to pump bentonite drilling fluid required to keep the holes open and remove cuttings, as well as cementitious grout mixes to abandon the borings or wells. b. DRILL RIG B: All-Terrain Vehicle (ATV), Flotation-Tired, Four-Wheel-Drive Rig with rotary drill and accessory equipment; designed for geotechnical drilling, rock coring, hollow stem augering, and split-spoon sampling, with automatic drive hammer AND cathead-driven safety hammer for conducting SPT's per ASTM 1586-84. Drill rig must be designed for accessing remote sites traveling over uneven terrain, over snow, and on soft and/or wet ground. It should have a ground pressure of 7.5 psi or less with weight evenly distributed. Two hydraulic leveling jacks shall be fitted at the rear of the ATV and at least one on the front. The drill mast shall be operated hydraulically, and shall be fitted with sheaves for at least three (3) cables and one (1) rope. Power winches of not less than 12-ton capacity and with not less than 150 feet of 3/4-inch diameter steel cable shall be mounted on the front of the ATV. The drill rig must have the rotary capabilities of operating at a forward speed from 0 to 650 rpm. The rotary drive shall have a reverse gear and a maximum drill spindle torque of not less than 7,000 ft./lbs. The vertical drive shall have a stroke of at least 72 inches, downward thrust of not less than 16,000 lbs., and retraction of at least 24,000 lbs. Weight of the drill rig and tools shall not exceed 24,000 lbs. Length of rig from bumper to bumper shall not exceed 24 feet. The drill rig shall also be equipped with an attached or attachable water tank of at least 100 gallons that can be brought into remote mud-rotary drill sites that trailered water tanks or support vehicles with water tanks cannot access. The drill rig shall also be equipped with a pump capable of pumping bentonite drilling fluid required to keep the holes open and remove cuttings, as well as cementitious grout mixes to abandon the borings or wells. c. DRILL RIG C: Truck-Mounted (Two Wheel-Drive or Four Wheel-Drive) with rotary drill and accessory equipment; designed for geotechnical drilling, rock coring, hollow stem augering, and split-spoon sampling, with automatic drive hammer AND cathead-driven safety hammer for conducting SPT's per ASTM 1586-84. Drill rig must be designed for driving up to sites with roadway or firm ground access. It shall be ready to set up and drill using hollow stem auger and mud rotary drilling. Two hydraulic leveling jacks shall be fitted at the rear of the vehicle and at least one on the front. The drill mast shall be operated hydraulically, and shall be fitted with sheaves for at least three (3) cables and one (1) rope. Power winches of not less than 12-ton capacity and with not less than 150 feet of 3/4-inch diameter steel cable shall be mounted on front of the truck. The drill rig must have the rotary capabilities of operating at a forward speed from 0 to 650 rpm. The rotary drive shall have a reverse gear and a maximum drill spindle torque of not less than 7,000 ft./lbs. The vertical drive shall have a stroke of at least 60 inches, downward thrust of not less than 16,000 lbs., and retraction of at least 24,000 lbs. Weight of the drill rig and tools shall not exceed 24,000 lbs., and length of rig from bumper to bumper shall not exceed 24 feet. The drill rig shall also be equipped with a pump capable of pumping bentonite drilling fluid required to keep the holes open and remove cuttings, as well as cementitious grout mixes to abandon the borings or wells. d. DRILL RIG D: Winch-Operated, Skid Frame-Type Drill with rotary capability and automatic OR cathead-driven safety hammer for conducting SPT's per ASTM 1586 84. The rig shall be designed for geotechnical split-spoon sampling, rock and concrete coring and drilling in tight quarters or from floating plants. The drill rig shall be capable of being set up on drill platform such as a barge or a pontoon with horizontal set up space as small as 7-feet by 7-feet. e. DRILL RIG E: Portable (Hand-Carried) Pipe Driving Winch with automatic hammer OR cathead driven safety hammer for conducting borings up to 50-feet deep including SPT's (per ASTM 1586 84). Rig shall be designed to perform portable geotechnical drilling in tight quarters, wetlands, or from floating plants with horizontal set up space as small as 7- feet by 7-feet. f. ‘AW' size and ‘N' or ‘NW' size drill rods; g. Rotary tri-cone and drag-type drill bits, and split-spoon & split-barrel samplers, to perform 3 inch through 8 inch borings; h. Flight augers (4 inch through 8 inch), hollow stem augers ("3 1/4", "4 1/4", "6 5/8" I.D.), and iron pipe casing (4 inch through 10 inch); i. Triple-tube core barrels (NQ-3, HQ-3, and PQ-3) and appropriate bits to include diamond and carbide surfaced as well as bottom and internal discharge. Double-tube core barrel (6" x 7 3/4" or equivalent) and appropriate bits to include diamond and carbide surfaced as well as bottom and internal discharge. HQ Wireline core barrel system with a split-inner tube and appropriate bits to include diamond and carbide surfaced as well as bottom and internal discharge; j. 3 inch and 5 inch undisturbed thin wall sample tubes; k. 3 inch and 5 inch Hvorslev type, fixed piston undisturbed samplers and sample tubes; l. Powdered bentonite that meets the requirements of American Petroleum Institute (API) Specification 13A, section 9, Type I or Type II Portland cement, medium high yield bentonite chips, and barite drilling fluid additive; m. Mud pumps, grout pumps, auxiliary pumps, tremie pipe, hoses, mud pan or tank, mud mixing apparatus, and water tanks. One water tank must have a minimum size of 300 gallons. The mud pump and/or grout pumps shall have the capacity for, and be designed for, the type of work listed in this STATEMENT OF WORK and in the individual project SCOPE OF WORK included in each task order upon issuance; n. All hand tools needed to complete subsurface exploration work, routine maintenance, and set-up and cleanup of the drill site; o. Portable propane torches for winter work and to heat wax for sealing undisturbed samples; p. Sample inspection table measuring at least 3 feet x 3 feet x 42 inches high with a pipe vise mounted on one end; q. Bailers suitable for removing water, drilling mud, or sand from boreholes or instruments; r. Portable steam-cleaner; s. Precise survey equipment to determine elevations of bore holes and stadia distances, including a transit or level with a tripod and a leveling survey rod. The survey rod shall be legible and read in feet, be graduated in 10ths and 100ths of a foot, and be capable of telescoping, or otherwise accurately extending, to at least 25 feet; t. Adapters, tools, and related items, which are not specifically listed herein, but are necessary for use with the equipment in achieving the performance requirements set forth in section 1 (GENERAL) shall be furnished or made available for use as required; 2.1 Projects likely to encounter contaminated soils, water, and rock or requiring subsurface samples for chemical analysis may require the following: a. Level C or D personal protective equipment as defined by OSHA; b. Containerizing contaminated soils and/or drilling fluids; c. Decontamination equipment and supplies sufficient to enable all drilling and sampling equipment to be satisfactorily cleaned before the Contractor arrives at the drilling site, and between each sample if such equipment or supplies are deemed necessary in the SCOPE OF WORK for the Task Order. 2.2 The Government will furnish appropriate containers for all soil and rock samples, except undisturbed samples, which will be retained in the sampling tube provided by the Contractor. 3 CONE PENETROMETER TESTS. The following criteria must be met for Cone Penetrometer testing procedure (cone testing will be completed in conjunction with the rental of one of the drill rigs above): (a) The CPT test should be conducted in accordance with ASTM D 5778-95, "Standard Test Method for Electronic Friction Cone and Piezocone Penetration Testing of Soils". If CPTu (Piezocone) tests are being conducted, the cone shall have the pore pressure element location immediately behind the cone tip (u2) with a new saturated filter element prior to each test. (b) Prior to penetration, the cone temperature should be adjusted to the anticipated soil temperature, as reasonably possible. (c) Routine profiling is to be conducted with a 10-ton capacity cone. (d) Calibration of the cone will be done in accordance with ASTM D 5778-95. There will be a piezometric calibration chamber to test the cone prior to starting a task order and then calibration will be completed every tenth probe hole. 3.1 CPT Data Reporting must fulfill the following requirements: (a) The data report for the cone penetration tests, as a minimum, shall meet the reporting requirements outlined by ASTM D5778-95. These data must include the raw data taken during penetration. (b) The graphical data shall be supplied in a format produced by the program DIGITAL CONEPLOT available from ARA/Vertek or Rapid CPT by Dataforensics. (c) CPT data should be presented in the following units: Depth - feet Tip resistance (qc) - tons/sq ft. (tsf.) Sleeve friction (fs) - tsf. Pore Pressure (u2) - psi. Inclination - degrees from vertical Temperature - degrees Fahrenheit 3.2 Graphical (x-y) plots shall be submitted for each cone test with the test report. The format of the plots should be as follows: (a) CPTU sounding qc (x-axis) vs. depth (y-axis) Rf (x-axis) vs. depth (y-axis) u2 (x-axis) vs. depth (y-axis) Soil behavior type vs. depth (y-axis) 4 MOBILIZATION AND DEMOBILIZATION a. Mobilization and Demobilization (Mob and Demob) covers all costs incurred in moving the drilling equipment, personnel (to include all travel expenses - including per diem for travel days), support vehicles, and supplies to the work site and returning them to the Contractor's permanent facility when the job is completed. Initial and final cleaning and decontamination of the drilling equipment and tools, by steaming if necessary, shall also be included in the mobilization and demobilization costs. Mobilization shall end when setting-up the drill equipment for drilling begins. Demobilization begins once the last boring is grouted or the Contracting Officer designates the job is complete. This payment will be the same for each job within the specific area called for in the task order, regardless of its location within the area, according to the amounts stated in the bid schedule. Per diem while at the work site is covered by the per diem CLIN and is not included under Mobilization and Demobilization. b. Only one Mob and Demob charge per drill rig and/or per floating plant (barge unit) per task order will be allowed unless approved by the Contracting Officer. 5 SITE SAFETY, UTILITY MEETINGS, NOTIFICATIONS, ROAD USE PERMITS, MONITORING WELL PERMITS, BORING and WELL ABANDONMENTS a. All drilling operations shall be conducted per the current version of the Corps of Engineers Safety Manual (EM 385-1-1). Section 18-H "Drilling Equipment" will serve as the primary reference source for safety during drilling operations. Drilling tools shall not extend above the rig mast more than 1-foot or the minimum necessary to connect/disconnect drilling tools, and the use of slip rings is prohibited. Utility meetings for the purpose of locating buried lines, pipes, cables, and all underground utilities shall be conducted by the Contractor unless directed otherwise by the Contracting Officer. Road use permits and parking permits at drill sites shall also be the responsibility of the Contractor unless otherwise directed by the Contracting Officer. The Contractor shall abide by all applicable state laws concerning utility meetings and road use and provide any necessary safety equipment, such as but not limited to cones, barriers, lighting, for operation on and adjacent to roadways, walkways or other areas that could pose a hazard to the public. The Contractor shall be responsible for meeting all Health Department and/or Department of Natural Resource filing or permit requirements. The Contractor shall be responsible for all notifications, shall obtain permits, and meet abandonment criteria when required in the appropriate state and county. The Contractor is not exempt from paying permit fees, or from the coordination and filing requirements. 6 MILEAGE a. No separate payment for daily mileage shall be made for the drill rigs or support vehicles as these shall be included in the cost of drill rig rental. The movement of equipment from boring to boring is addressed in Section 10; "OPERATING AND WORKING TIME." 7 PROJECT LOCATION a. This acquisition is divided into two geographic area, the east and west areas of the St. Paul District, shown on the attached map. One contract may be awarded for the entire area (both east and west), or a contract may be awarded for each of the two areas. The work may occur anywhere in the area covered by the specific contract. 8 OPERATING PERSONNEL a. The Contractor shall provide an experienced crew for each rig consisting of one driller and one driller's assistant. b. "Experienced" for the driller is defined as a minimum of 2 complete years of current experience operating the assigned drill rig(s) or equivalent for broad-based geotechnical exploration work and monitor well installations (not exclusively water well work) and drilling and sampling subsurface materials typical of those in the contract area. c. "Experienced" for the driller's assistant is defined as 1 complete year of current experience assisting an experienced driller in broad-based geotechnical exploration, work (not exclusively monitor well and water well work). d. The drill crew shall be experienced and skilled in drilling with hollow stem augers, flight augers, setting and pulling casing, backfilling boreholes, installing and abandoning monitoring and observation wells, piezometers, inclinometers, and other instrumentation, mixing and drilling with bentonite drilling mud, drive sampling, standard penetration testing, taking thin wall and fixed-piston-type undisturbed samples, and core drilling in hard and soft rock. The drill crew shall be OSHA certified to perform subsurface exploration work in the appropriate level of personal protective gear. The Contractor shall ensure that the operating personnel have the proper drilling licenses and certifications as required by each relevant state and in accordance with federal guidelines and regulations prior to the commencement of drilling operations. No payment for an additional helper shall be authorized except as approved by the Contracting Officer prior to the execution of the Individual Task Order. 9 MAINTENANCE AND REPLACEMENT OF EQUIPMENT a. All repairs to equipment, and replacement of parts, including drill bits, split spoon samplers, core barrels; and all drilling apparatus shall be made at the expense of the Contractor. The working equipment supplied by the contractor shall be in good-working condition and shall be kept in good-working condition when in use. Downtime or other time performing maintenance or equipment repairs shall not be authorized. The Contractor shall have spare replacement parts and supplies on hand for typical items that wear out or are consumed during the drilling process. These are such items including, but not limited to: split spoon samplers, auger teeth/bits, roller bits, powdered bentonite drilling mud, basket retainers, sampler shoes, and other expendable drilling supplies. 10 OPERATING AND WORKING TIME a. The hourly rates for drilling equipment are for drilling time only and include payment for supplies and personnel necessary to perform the work as listed in the SCOPE OF WORK and requested in each TASK ORDER. Drilling time is defined as all work necessary to accomplish the drilling and sampling such as set up time, moving drilling equipment between borings, clean up time not related to mob or demob., instrument installation and abandonment, backfilling of boreholes, and containerizing contaminated soils and/or drilling fluids. Powdered bentonite for mixing drilling mud and added to cementitious grout mixtures shall be included in the supplies for drilling, and no separate payment will be made. Drilling with equipment or using techniques that are not productive, as determined by the Contracting Officer, will not be authorized for payment. Time performing Routine maintenance or equipment repairs will not be authorized for payment. b. Work Days: The Contractor shall be prepared to operate 10 hours per day, 6 days per week until completion of the TASK ORDER, weather and other conditions permitting. Work on Sundays and holidays is not anticipated under this contract, except when deemed necessary and approved by Contracting Officer. Alternative work schedules may be considered. The Contractor shall be responsible for travel expenses related to changing staff or transporting them to and from the field site. c. Suspension of work: When, in the opinion of the Contracting Officer, conditions at the drill site during the periods of operation preclude the possibility of obtaining satisfactory production, temporary suspension of work will be ordered by the Contracting Officer, and payment will not be made for rental time during such periods of suspension. 11 PER DIEM Per Diem rates will be calculated and paid as they would be for a federal employee traveling under the Joint Travel Regulations (JTR). Per Diem shall be invoiced on a per individual basis. The number of individuals in the crew, as required by the Task Order, will determine the number of per diem days allowed for that Task Order. In the event of severe weather or other unforeseen actions or events that necessitate drilling operations be suspended, per diem will be paid in accordance with the JTR. Additional per diem days resulting from excessive downtime, caused by the Contractor, shall not be invoiced for payment. Per Diem will not be allowed for scheduled non-work days except when the standard work schedule of 10 hours per day, 6 days per week is utilized, or, if an alternate work schedule is approved by the Contracting Officer. Alternate work schedules that adversely affect the project schedule or increase cost to the Government will not be considered. Per Diem associated with mobilization and de-mobilization shall be included in the mobilization and de-mobilization line item. 12 MONITORING WELL & PIEZOMETER MATERIALS a. Protective black iron or steel casing (4, 6, or 8-inch diameter) with lockable covers meeting state and local well code requirements where the work will be performed; b. Monitor Well & Piezometer construction materials shall be new and consist of nominal 2-inch diameter PVC pipes and screens. The components shall meet ASTM Schedule 40 thickness and strength specifications and have an inside diameter of no less than 2.00 inches. All PVC components shall have flush-threaded joints with o-rings for watertight connections. Well screens shall have a continuous-slot design and a #10 slot-size (0.010-inch); c. Filter Sand for Monitoring Wells and Piezometers shall be commercially produced, packaged, and washed silica sand. Individual 50-lb. packages must be clearly marked with gradation information. The sand shall be well graded and be retained on US Standard Sieves #16 through #80. Filter sand shall have less than 10% passing US Standard Sieve #80; c. Protective guard posts at least four inches square or four inches in diameter shall be made of reinforced concrete, decay-resistant wood, or ASTM Schedule 40 steel or black iron pipe. Posts or pipes shall be 8-feet in length. Pipes shall be filled with concrete, or capped with an overlapping, threaded, or welded steel or iron cap; 13 Task ORDERS a. The St Paul District Contracting Officer will issue Task Orders under the(se) contract(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES18R0014/listing.html)
- Record
- SN04911353-W 20180506/180504230549-ab79c9b0586fc0b37e2d9d65361673bf (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 |