The RFP Database
New business relationships start here

Middle Wall Crack Stabilization, Montgomery Locks and Dam


Pennsylvania, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The U.S. Army Corps of Engineers, Pittsburgh District, has a project that involves stabilization of two critical sections of the middle wall at Montgomery Locks and Dams, Ohio River, Pennsylvania. Montgomery Locks and Dam is located on the Ohio River near Monaca PA, at river mile 31.7 below the "Point" in Pittsburgh, PA. The locks are open to commercial navigation and recreation traffic, which are staffed and operated 24 hours a day, 7 days a week. The facility has two lock chambers with the locks located on the left descending bank. The land lock chamber has a size of 110'x600' and the river lock chamber has a size of 56'x360'. The existing middle lock wall supports the continual operation of the two lock chambers at the facility. The lock walls are constructed of concrete walls bearing directly on the rock for foundation support.

Existing cracks are located with many areas of the lock walls. The cracks are orientated vertically and horizontally within the lock walls with water leakage occurring from the cracks.


Required work requirements as part of the crack stabilization will include:


1. Installation of steel stressing high capacity rock/concrete anchors within the lock wall with the following specifications,


a. The anchors will be around 20 to 22 feet long to prevent the anchor hole from penetrating past the back side of the lock wall which will be of upmost importance that the penetration does not occur. The nominal lock wall concrete width is 24 feet.


b. The anchors will be required to be installed horizontally through the width of the lock wall at multiple horizontal planes within the lock walls. Approximately 45 ASTM A722 galvanized 1.25-inch diameter high capacity anchors are required with an expandable mechanical wedge on one end of the anchor and a bearing plate for seating the anchor stressing loads onto the concrete lock wall.


c. Holes for the high capacity anchors will be required to be core drilled on a near horizontal arrangement from the vertical lock wall face within the land lock chamber. It is the Contractor's responsibility to determine the equipment, means and methods to best drill holes. It is anticipated the holes will be drilled off a temporary floating barge platform with floating plant, fixed or elevated platform or other methods that will achieve the approximate 2.5-inch hole diameter and horizontal alignment for the anchor.


d. The anchor heads with the bearing plate will be required to be recessed within in a larger sized hole or recess opening at a nominal depth within the vertical lock wall. This recess will be filled with grout to protect and encapsulate anchor head.


e. The anchors will be stressed at two different intervals and each of the anchor groups will be stressed according to a specified sequence pattern to provide to an initial stress and final lock off stress for each anchor. Stressing and grouting of the high capacity anchor could be done using a floating plant or another means for the Contractor to determine.


2. Scheduling of the anchor installation.


a. The anchor installation must occur during specified multiple temporary lock closures in order to minimize the time the land lock chamber is closed. The Contractor must develop a detailed schedule to perform the work in a timely manner during these multiple temporary closures. It is anticipated the work must occur within a maximum 12-hour temporary daily lock closure period and within the planned Government maintenance 16-hour daily shutdown period scheduled to occur simultaneously over a part of the contract period of performance. Daily equipment set-ups and removals will be required as part of the contract work. A floating plant mooring area will be provided to the Contractor for performance of the contract work.


3. After the completion of the anchor installations, the existing cracks will be required to be pressure grouted to seal the water leakage. This pressure grouting will be performed from inside the existing gallery opening containing the lock service utilities and from vertical wall recesses opening using specialized grouting equipment. This will require the Contractor to select the appropriate grouting methods, pressures and techniques to successfully seal the cracks. The required pressure grouting will need to seal vertical and horizontal cracks within the concrete. Depending on the results of the initial grouting program, a secondary grouting of the cracks may be required.


4. The contract will require the installation of an instrumentation program to monitor, record and track the existing cracks within the lock wall during all period of the construction period. A qualified instrumentation monitoring individual shall be required as part of the contract.


Construction work will occur in close proximity to commercial navigation and recreation traffic which will require close coordination of the construction activities with the Lockmaster at the facility. The locks are staffed and operated 24 hours a day, 7 days a week. Also, although the Government efforts will not directly impact the Contractor's work, the work will require close coordination with other Government Contractors and the Government repair fleet that will be working on other features at the facility and utilization of the land chamber for temporary closures.


Disposal of excavated materials, concrete rubble and other construction waste material will be at a commercially permitted facility licensed to accept the waste or recycled if applicable.


The magnitude of the project is between $1,000,000 and $5,000,000.

This procurement will be advertised on an Unrestricted basis. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract. All responsible offerors are encouraged to participate. The work shall be completed 540 calendar days after written Notice to Proceed. The Invitation for Bid (IFB) will be issued approximately April 17, 2018, online through Federal Business Opportunities (FBO.gov), therefore, requests for hardcopies of the solicitation will not be honored. In order to receive notification of any amendments to this solicitation, interested vendors must register as an interested vendor on the FBO.gov website. If you are not registered, the Government is not responsible with providing notification of any changes to this solicitation. Contractors must be registered in the System for Award Management (SAM) before receiving a contract award (go to www.sam.gov to register). The NAICS for this procurement is 237990, "Other Heavy and Civil Engineering Construction" and the small business size standard is $36,500,000.

ATTENTION: For companies new to the Army Corps of Engineers, Pittsburgh District, the link below will take you to a training Powerpoint slide presentation which will provide information essential to new contractors to help them navigate our bidding process. It will also help to make bid-no bid decision as it contains information on what will be required on a Post-Award performance basis - submittals, timelines, deadlines & milestones, necessary paperwork you need to supply, etc. This will help you capture everything needed in your bid so that there are no surprises later on. This training is not mandatory to be considered qualified to bid; it is meant as a means to assist you in becoming better prepared to work with the Corps of Engineers, Pittsburgh District. You can access the training using the link below:
http://www.lrp.usace.army.mil/Portals/72/docs/SmallBusiness/Solving%20the%20Mystery%20-Understanding%20USACE%20Pittsburgh%20Contracting%20Process.pptx
You may give feedback on the training package to the District's small business specialist using the email address of LRP.SBO@usace.army.mil


Janie L. Roney, Contract Specialist, Phone 4123957474, Email janie.l.roney@usace.army.mil - Carole M. Householder, Contracting Officer, Phone 412-395-7274, Email carole.householder@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP