Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOLICITATION NOTICE

Z -- Lucky Peak DSAC IRRM Instrumentation

Notice Date
7/14/2011
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-11-B-0009
 
Response Due
9/22/2011
 
Archive Date
11/21/2011
 
Point of Contact
Jean DesJarlais, 509-527-7222
 
E-Mail Address
USACE District, Walla Walla
(jean.j.desjarlais@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS: LPK DSAC IRRM Instrumentation Scope of work is as follows: Approx' 440-feet of Drilling: The Contractor shall mobilize Geotechnical drilling equipment and materials to Lucky Peak Dam, located east of Boise, Idaho. The work consists of one geotechnical exploration through the dam crest road, and installation of two piezometers. The geotechnical boring shall be located between wheel tracks of one lane of the crest road and shall extend to a depth of approximately 20 feet. Continuous sampling shall be completed to collect undisturbed dam core fill materials for testing. Two piezometers shall be installed to measure water levels in the base of the downstream filter zone of the dam. Because of the required depths of these borings, specialized percussive drilling equipment (Sonic Drilling Equipment) shall be used. The piezometers shall be installed in angled borings drilled from the dam crest. The angle shall be 17-degrees from vertical, which is between the downstream slope face of the core: 0.25H:1V, and the downstream face of the filter zone, which is 0.35H:1V. (The slopes correspond to 14-degrees and 19-degrees from vertical, respectively.) The Piezometer Borings drilled from the edge of the Crest Road will be approximately 280-feet and 140-feet in length. Based on cross section information, the entire length of the borings will be in the downstream filter material. The Contractor shall take great care to ensure the borings are drilled straight. Observations to confirm straightness shall be made at maximum 25-foot intervals during drilling. The Contractor shall ensure the boring is within 1 -degrees of the target angle, which is 17-detrees. Disturbance to the core fill of the dam or to the painted message on the dam face shall be prevented. Sampling: Sonic drilling methods shall provide continuous per-foot blow-count information, as well as a continuous, full length sample. A minimum of 2 shelby tube samples shall be collected from the geotechnical boring; one from a depth of 10-feet, and the other from a depth of 15-feet. Piezometer Construction: Piezometers shall be constructed using 2-inch diameter, slotted and solid-wall, Schedule 80 pvc; piezometer/filter sand; and bentonite-cement grout, with a surface monument as indicated. The screened interval shall be 20-feet in length, with piezometer sand 1-foot below and 5-feet above the slotted pipe. A 5-foot deep zone of well graded gravel and then a 2-foot deep zone of bentonite chips shall be placed on top of the piezometer sand to protect the screened interval from grout intrusion. Cement-bentonite grout shall be used to backfill the boring to within 2-feet of the surface, where the indicated surface monument shall be constructed. Surface Piezometer Monument: The surface monument is a 10-inch diameter steel pipe with a locking cap. Precast manhole rings and a manhole lid shall be used to construct a 2-foot tall vault in the roadway. Inside the vault, the locking cap shall be 6-inches below the vault lid, with the J-plug no more than 6-inches below the cap. The steel pipe shall be embedded in a 2-foot depth of concrete as indicated. Locks: Small padlocks for J-plugs shall be provided by the Contractor. It is anticipated that the J-plugs will be locked in a position loose enough that removal of the lock will not be necessary. The large locks for the piezometers will be provided by the Government. Site Access: Preapproved laydown areas have been identified on the Plans, in addition to several hundred feet of one lane of the crest road, which will be available for Contractor equipment and materials storage. Crest road traffic will be restricted to one-lane access for the duration of the Contractor's presence on site. It is anticipated that drilling equipment will be positioned perpendicular to the dam axis to allow angled drilling and this will require closing the crest road to thru-traffic. It is also anticipated that removal of guardrails along the crest road may be necessary. The Contractor shall prevent disturbance to the guardrail posts except as authorized by the Contracting Officer. Surface Conditions: The downstream face of Lucky Peak dam is a 2H:1V slope with a 3-foot thickness of 16- to 18-inch riprap armor stone slope protection. The armor stone thickness increases upslope of the boring locations and the increased thickness results is steeper slopes between the boring locations and the edge of the crest road. Maximum riprap thickness is approx' 6-feet at the edge of the roadway and this thins to approx' 3-feet approx' 40-feet (horizontally) from the edge of the crest road. For Information Only drawings will be included showing cross section information. The identified boring locations require drilling through the pavement of the crest road. Subsurface Conditions: It is anticipated the Contractor will break through the surficial asphalt concrete pavement, through approximately 12-feet of shell fill, and into the downstream filter zone of the dam. The downstream filter zone is anticipated to consist of well graded gravel that should extend to bedrock. Drilling or coring into bedrock is not anticipated. Shell fill, if encountered, is anticipated to consist of "gravel-sand mixtures, little or no fines," which classify as Poorly Graded Gravels or Well Graded Gravels. Some explorations indicate Silty Gravels (GM), and some explorations indicate "Cobbles & Gravel," noting the gravel is "of less than 3-inch, with cobbles greater than 3-inch but less than 12-inch." Core fill shall not be disturbed. If core fill materials are encountered, drilling shall be terminated and the boring abandoned by backfilling with cement-bentonite grout or as directed by the Contracting Officer. Excess Materials: Significant volumes of drill cuttings or samples are anticipated. The Contractor shall provide samples to the Contracting Officer during drilling. Portions of the samples will be separated and taken for storage, evaluation, and testing and the remainder of the sample returned to the Contractor for disposal. It is anticipated the excess materials will be well graded granular materials that can be wasted in gravel parking areas on the left abutment of the dam. Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual, which can be found online at http://www.usace.army.mil/CESO/Pages/EM385-1-1,2008NEW!.aspx located at US Army Corps of Engineers homepage. Solicitation No. W912EF-11-B-0009 will be posted to the FBO website on or about July 29, 2011. Bids will be due no sooner than 30 calendar days after actual solicitation issuance date. The bid due date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately two weeks after the solicitation is made available to bidders. See solicitation for details about the site visit. Solicitation is open to both large and small business concerns. NAICS code for this project is 237110, and the small business size standard is $33,500,000 average annual receipts. When available, the solicitation documents for this project will be posted on FedBizOpps.gov https://www.fbo.gov. Important Note: The FedBizOpps Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only. It has no relationship to the actual bid opening date. The bid opening date will be contained in the solicitation and applicable amendments. NO CDs OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced site for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation on FedBizOpps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-11-B-0009/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02499140-W 20110716/110714235406-ab540b1d1dcb0217bad640e29e5134f1 (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.