SOLICITATION NOTICE
36 -- Repair, Clean and Regrout Joints at Papio Site 11 & 20
- Notice Date
- 8/22/2012
- Notice Type
- Presolicitation
- NAICS
- 238110
— Poured Concrete Foundation and Structure Contractors
- Contracting Office
- USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F12T0152
- Response Due
- 9/5/2012
- Archive Date
- 11/4/2012
- Point of Contact
- sara edwards, 4029952484
- E-Mail Address
-
USACE District, Omaha
(sara.edwards@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PAPILLION CREEK CONDUIT REHABILITATION SCOPE of WORK Part 1 Scope of Work: The contractor shall furnish all labor, tools, materials, equipment and supervision necessary to Clean and regrout the joints on the inside of the concrete outlet pipes and apply a cement based sealant to the bottom half of the interior of the pipe as outlined in the following specifications at 2 Papillion Creek Dams. The work is to be performed at the Corps of Engineers, Papillion Creek Dams 11 (Cunningham) and 20 (Wehrspann) Omaha, Nebraska 68112. All contracted tasks must be completed during normal business hours, 0700 hours to 1600 hours, Monday through Friday unless otherwise specified or authorized in advance by the Contracting Officer's Representative (COR). Clean and regrout the joints on the inside of the concrete outlet pipes at the Papillion Creek Dams 11 (Cunningham) and 20 (Wehrspann) in Omaha Nebraska. The grout used for the regrouting of the joints shall be a nonshrink grout specifically formulated for wet conditions. After the joints are cleaned and regrouted the area around the joints shall then be coated with 2 coats of a cement based coating that acts as a sealant/waterproof coating. (Thoroseal waterproof cement-based Coating or approved equivalent) The interior of the pipe shall be coated to a height of the diameter up the walls for the full length of the pipe. The pipe shall be coated with 2 coats of a cement based coating that acts as a sealant/waterproof coating. (Thoroseal waterproof cement-based Coating or approved equivalent). The existing painted on numbering system at each joint shall be left visible and not covered over. All water leaks and joints must be cleaned and regrouted before applying cement coating to the walls. The joint on the outer ring on the downstream end shall also be cleaned, grouted and coated Physical information of the sites. 1.Papillion Creek Damsite 11 (Cunningham).- The conduit is Reinforced Concrete Pipe (RCP) 54 inches in diameter and 680 ft. long.. 2.Papillion Creek Damsite 20 (Wehrspann) -The conduit is RCP 48 inches in diameter and 656 ft. long. Application of the Grout and Sealant: Apply cement based sealant/coating material and grout as per the manufacturer's recommendations. The coating will be applied with methods such as a stiff fiber brush, broom or by texture spray equipment. Spray applications of the first coat requires back brushing or brooming to properly fill voids and achieve uniformity. See manufacturer's recommendations for proper dampness of the surfaces. It is essential to work the first coat thoroughly into the substrate to completely fill and cover all voids, holes, and nonmoving cracks. Finish with a horizontal stroke for an even coat. Allow to cure according to the manufacturer's recommendations prior to applying the second coat and finish with a vertical stroke. Surface Preparation: 1.Surface preparation is extremely important for proper adhesion. Substrates must be sound and free of dust, dirt, paints, oils, grease curing compounds, or any other contaminants. If efflorescence is present, mechanically remove it from it before proceeding. 2.Patch all holes and cracks before installation of the sealant material. Location: The locations of these sites are in Omaha, Nebraska. Papillion Creek Damsite 11 (Cunningham) Wenninghoff Rd and Cunningham Lake Rd. Papillion Creek Damsite 20 (Wehrspann) 154th Ave and Giles Rd. 1.2 MEETING WITH THE CONTRACTOR OFFICER'S REPRESENTATIVE (COR) The COR for this contract is TBD, and will be determined before the contract is awarded. The contractor shall meet with the COR prior to commencement of work to discuss and mutually agree on the performance requirements of the contract. At this meeting, the Contractor shall submit a work plan to include equipment, personnel, and safety requirements. The plan may be revised as needed for efficient performance of the work required. The Contractor shall provide the name, address, and phone number of his or her staff member who will superintend the work in the contractor's absence. 1.3 SUPERINTENDENCE BY CONTRACTOR The Contractor shall give his or her personal supervision to the work or have a competent foreman or superintendent, satisfactory to the COR, available at all times with authority to act for him or her. a. The contractor shall tour the project grounds and work site with the COR prior to commencement of the work to define specific work areas and performance requirements. b. All contractor personnel shall be attired in steel toed shoes, shirts, hard hats, and trousers, while in the performance of this contract. Tank tops, cut-off jeans, and similar attire are not considered acceptable. c. All communications, written and oral, by the contractor with the Federal Government shall be routed through the COR. The contractor must notify the Contracting Officer (COR) prior to starting work on each Lake. 1.4 SUBMITTALS Government approval is required for submittals of information on the products to used for Grout and sealant. 1.5 INSPECTION OF WORK The contractor must notify the Contracting Officer (COR) prior to starting work on each Lake. Work will be inspected regularly as the work progresses by the COR's authorized representative. If any of the services do not conform with contract requirements the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. Acceptance of Work: Acceptance of work will be accomplished upon satisfactory performance of scheduled work and satisfactory correction of any and all deficiencies. 1.6 PERIOD OF CONTRACT: Contract performance shall be completed by October 31, 2012 1.7 ACCIDENT PREVENTION: a. Contractor will comply with all pertinent provisions of Corps of Engineers manual, EM-385-1-1 dated 15 September. 2008, entitled A Safety and Health Requirements Manual, as amended, available from the COE. b.The areas within the pipe shall be considered a Confined Space and testing and monitoring of these spaces shall be conducted by the contractor prior to anyone entering the spaces and throughout the contract. 1.8 SITE VISIT: Contractors are urged to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance to the extent the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site visits should be coordinated with the Corps of Engineers at 9901 Pershing Dr., Omaha, NE. 68112, Steve Dye (402) 996-3749 or Bob Willcuts (402) 996-3757
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F12T0152/listing.html)
- Place of Performance
- Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
- Zip Code: 68102-4901
- Zip Code: 68102-4901
- Record
- SN02850994-W 20120824/120823001420-6d9189750a0b70d2215c9309810dd3d8 (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 |