SOLICITATION NOTICE
56 -- Concrete Ditch Replacement and Wing wall backfill
- Notice Date
- 7/7/2020 12:42:54 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- US ARMY ENGINEER DISTRICT HUNTINGTO HUNTINGTON WV 25701-5000 USA
- ZIP Code
- 25701-5000
- Solicitation Number
- W9123720Q0082
- Response Due
- 7/21/2020 2:00:00 PM
- Archive Date
- 08/05/2020
- Point of Contact
- Jeremiah Stafford, Phone: 3043995949
- E-Mail Address
-
Jeremiah.S.Stafford@usace.army.mil
(Jeremiah.S.Stafford@usace.army.mil)
- Description
- 3.1 Concrete Ditch Removal: The Contractor shall remove the existing concrete gutter and excavate materials from the ditch area. The gutter replacement is approximately 100� in length, 2 feet in width, and 12 inches in overall thickness. All removed materials shall be disposed of offsite and disposed of in accordance with all local, state and federal laws. The Contractor shall be responsible for any damages to adjacent concrete that is not to be removed. 3.2 Drainage: Once the concrete gutter is removed, placement of a drainage system under the concrete ditch shall be installed with the exit to be core drilled through the spillway training wall (See Exhibit 1) so erosion to the surrounding area is kept to a minimum. The contractor shall excavate, backfill and add an appropriately sized drainage system to provide seepage drainage from under the concrete ditch. The ditch shall have an appropriate drainage slope (so not to pool underground) and appropriately sized tile system, system shall be no smaller than 3 inch drainage system and not larger than 4 inch drainage system, drainage system shall run the length of the removed gutter to exit at the end of the core drilled training wall wing. The drainage tile shall be covered with appropriate washed gravel before the concrete gutter may be formed and poured. Reference Exhibit 2 for typical installation. Drainage pipe shall be sized to remove the seepage to the discharge section on the wing wall. Discharge through wing wall shall be 2� and lined with PVC pipe. 3.3 Concrete Gutter: The contractor shall form and pour gutter to original design. The concrete gutter shall be tied to the existing concrete gutter with appropriate sized steel dowels at each end. 3.4 Concrete Specs: The concrete shall be of ODOT 499 Class C concrete for all work in this contract. Concrete mix design shall be with fiber reinforcement and must be a minimum of 4000 psi at 28 days. The gutter shall have positive drainage slop. Concrete air content when placed shall be 6 percent air entrainment with a maximum variant of plus or minus 1 percent for the air content of fresh, un-vibrated structural concrete. 3.5 Left and Right Wing wall concrete fill: The contractor shall be responsible to concrete fill the void area at the left and right wing wall areas using standard industry methods. See Exhibit 3 and 4. Contractor shall remove loose materials before forming for concrete of the void. The contractor shall fill the void using industry methods and concrete shall be protected until set and cured. Concrete shall be the same specs as the gutter concrete. 3.6 Concrete Finish: The concrete gutter shall have an exterior finish to match original design. The joints shall be of original design. All joints, cut joints and transverse cut joints shall be filled hot applied sealant and conform to ASTM D 6690, Type II. 3.7 Backfilling and Landscape: The contractor shall return all damaged or disturbed areas to a stable, correct draining contour condition by back filling, seeding and covering with straw for erosion control. All access areas and roadways shall be to original condition prior to completion of work including seeding. Grass seed shall be 30 percent Kentucky Bluegrass, 30 percent Creeping Red Fescue, 20 percent Annual Ryegrass, 20 percent Perennial Ryegrass (ODOT Lawn Mixture or equivalent). Grass seed shall be placed at a rate of 7lbs/1000 sq. ft. and protected with a 100 percent straw coverage.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b4062b83f01d42c0a50ec8b34004ede8/view)
- Place of Performance
- Address: Fredericktown, OH 43019, USA
- Zip Code: 43019
- Country: USA
- Zip Code: 43019
- Record
- SN05713663-F 20200709/200707230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |