- Home/
- United States/
- DEPT OF THE ARMY USA/
- Overview
DEPT OF THE ARMY USA Tender
DEPT OF THE ARMY USA Tender
Costs
Summary
De-water Maintenance By-pass At Orwell Dam, Mn
Description
Scope Of Work – Orwell Dam By-pass Flow 1. Project Description the Saint Paul District Of The U.s. Army Corps Of Engineers (usace) Has Issued This Solicitation For By-pass Services At Orwell Dam Near Fergus Falls, Mn. The Usace Operates Orwell Dam For Flood Risk Management, Water Supply, Fish And Wildlife Management, Water Quality, And Recreation. This Contract Is To Supply Necessary Services And Equipment To Operate And Maintain A 80 Cubic Feet Per Second (cfs) By-pass Flow From Pool To The Tailwater Around The Dam Control Structure During Its Dewatering. The By-pass System Will Ensure A Minimal Flow Downstream And To Facilitate A Successful Dewatering Inspection And If Needed Repairs To The Stilling Basin. the Contractor Is Responsible For Supplying, Installing, Operating, And Maintaining A Complete By-pass Flow System To Maintain A Minimum Flow Of 80cfs. The By-pass System Shall Include The Minimum Number Of Pumps To Sustain A Constant Minimum Flow Of 80cfs Throughout The Dewatering. The Contractor Shall Provide All Pumps, Generators, Piping, Transportation Of Equipment To And From The Site, Labor Associated With The Setup, And All Costs Related To By-pass Operations, Fuel And Maintenance. all Work Will Occur At Orwell Dam Near Fergus Falls, Mn, And May Commence After September 2, 2025, Monday To Friday, Between 0800-1700, Excluding Federal Holidays. The By-pass System Must Be Operational No Later Than 8:00am On September 15, 2025 And Run Continuously Until 3pm On September 19, 2025. The By-pass System Removal Can Start After September 22, 2025, Between 0800-1700, And Shall Be Completed By September 26, 2025. 2. Project Scope Statement the Following Are Project Requirements: maintain A Minimum Flow Capacity Of 80cfs. generator: The Contractor Must Provide A Generator Capable Of Powering All Pumps. The Generator Shall Be Located At The Top Of The Dam And The Location Shall Be Coordinated With The Government. The Contractor Will Be Required To Fuel And Maintain The Generator During Operations. piping: The Contractor Shall Provide Leak-free Piping From The Pumps To The Downstream Discharge Point, Capable Of Withstanding Pumping Forces. The Length Of Piping Required Is Approximately 350ft As Shown By The Orange Line In Figure 1. Contractor Shall Verify The Required Pipe Length During The Post Award Site Visit. pumps: The Contractor Shall Supply Operational Submersible Pumps Capable Of Maintaining A Minimal Flow Of 80cfs. Submerging The Pumps To The Bottom Of The Control Structure Slab Will Result In Approximately A Minimum Of 15ft Of Water. The Distance From The Bottom Of The Control Structure To The Top Of The Dam Is Approximately 43ft. See Figure 1 (sow Attachment 1) For Cross-section. location: Staging And Setup Shall Be On The North Side Of The Dam. The Exact Placement Of Pumps, Generator, And Piping Shall Be Coordinated With The Government To Avoid Hindering Dewatering Operations, Bulkhead Installation, And Surrounding Dam Instrumentation. Reference To Government-provided Drawings Should Be Made And Figure 2 (sow Attachment 1) Which Outlines The By-pass Layout During The 2003 Dewatering. 3. The Base Of Scope Of Work the Contractor Shall Set Up The By-pass System Around The Concrete Control Structure. The Upstream Pool Is Accessible From The Top Of The Embankment Dam (elevation: 1080) On The North Side And Pumps Can Be Placed On The Upstream Concrete Control Structure Slab (elevation: 1037). The Contractor Shall Install The Pumps, Generator, And Piping To Maintain A Minimum Constant Flow Of 80cfs. The Contractor Shall Provide A Suitable Crane And All Necessary Equipment For Setting Up Pumping Operations, Including Piping Lines. The Contractor Shall Utilize A Generator As A Power Source Since Availability At The Site Is Not Guaranteed. the Government Will Coordinate With The Contractor Regarding Pump And Piping Locations To Ensure Correct Placement Without Obstructing Bulkhead Installation And Not Impact Instrumentation That Is Located. 4. Environmental Protection: environmental Protection Is The Prevention/control Of Pollution And Habitat Disruption That May Occur To The Environment During Construction. The Control Of Environmental Pollution And Damage Requires Consideration Of Land, Water, And Air; Biological And Cultural Resources; And Includes Management Of Visual Aesthetics; Noise; Solid, Chemical, Gaseous, And Liquid Waste; Radiant Energy And Radioactive Material As Well As Other Pollutants. 5. Submittals: listed Below Are The Required Submittals. All Submittals Are Required To Be Approved By Contracting Officer Prior To Any Work Or Mobilization To The Site. by-pass Plan: The Layout Of The By-pass System Shall Be Submitted And Include The Following: number And Type Of Pumps To Be Used. Specifying Capacity And Operations Details. type Of Piping Material With Diameter Specifications And Details On Joints (e.g. Connection Procedures). the Generator Specifications For On-site Power Supply. details Of The Crane And Other Equipment Necessary For Installation To Ensure Compliance With The Site. schedule: The Contractor Shall Submit A Detailed Construction Schedule For Review And The Schedule Must Include: outline Of Work To Be Completed, Breaking Down Tasks. hours Of Operation On Site. number Of Personnel And Equipment That Will Be On Site. spill Control Plan: The Spill Control Plan Shall Include The Procedures, Instructions, And Reports To Be Used In The Event Of An Unforeseen Spill Of A Substance Regulated By 40 Cfr 68, 40 Cfr 302, 40 Cfr 355, And/or Regulated Under State Or Local Laws And Regulations. The Spill Control Plan Supplements The Requirements Of Em 385-1-1. This Plan Shall Include As A Minimum: the Name Of The Individual Who Will Report Any Spills Or Hazardous Substance Releases And Who Will Follow Up With Complete Documentation. This Individual Shall Immediately Notify The Contracting Officer, And The Local Fire Department For Flammable Materials, In Addition To The Legally Required Federal, State, And Local Reporting Channels (including The National Response Center 1-800-424-8802) If A Reportable Quantity Is Released To The Environment. The Plan Shall Contain A List Of The Required Reporting Channels And Telephone Numbers. the Name And Qualifications Of The Individual Who Will Be Responsible For Implementing And Supervising The Containment And Cleanup. training Requirements For Contractor's Personnel And Methods Of Accomplishing The Training. a List Of Materials And Equipment To Be Immediately Available At The Job Site, Tailored To Cleanup Work Of The Potential Hazard(s) Identified. the Names And Locations Of Suppliers Of Containment Materials And Locations Of Additional Fuel Oil Recovery, Cleanup, Restoration, And Material-placement Equipment Available In Case Of An Unforeseen Spill Emergency. the Methods And Procedures To Be Used For Expeditious Contaminant Cleanup. point Of Contact (poc): The Contractor Shall Provide Personnel That Will Be Available To Contact If There Are Any Reportable Issues Or Concerns With The By-pass System. The Pocs Shall Be Available 24/7 During Operations Of The System And Can Be Onsite Within 6 Hours. The Submittal Shall Contain A List Poc Along With A Phone Number And Times That Will Be Available. safety Plan: The Contractor Shall Submit A Safety Plan For All Activities Including Crane Operations And Lifting Plans. The Contractor Shall Prepare An Accident Prevention Plan Utilizing The Eng Form 6293, Accident Prevention Plan (app) Worksheet Provided And According To The Em 385-1-1. All Employees Performing Work Under This Contract Shall Wear Personal Protective Equipment As Specified In Em 385-1-1 Including As A Minimum Safety-toed Boots, Hard Hat, Safety Glasses, Hearing Protection, Sleeved Shirts, Long Pants, And Gloves And Other Equipment Common To Trade As Specified In Em 385-1-1. The Eng Form 6293, Accident Prevention Plan (app) Worksheet Is Included. This Plan Must Be Approved By The Contracting Officer Prior To Commencement Of Any Work. Once Approved By The Contracting Officer, The App And Attachments Will Be Enforced As Part Of The Contract. Disregarding The Provisions Of This Contract Or The Approved App Will Be Cause For Stopping Of Work, At The Discretion Of The Contracting Officer, Until The Matter Has Been Rectified. Once Work Begins, Changes To The Approved App Shall Be Made With The Knowledge And Concurrence Of The Contracting Officer, Project Superintendent, Ssho And Quality Control Manager. Should Any Severe Hazard Exposure, I.e. Imminent Danger, Become Evident, Stop Work In The Area, Secure The Area, And Develop A Plan To Remove The Exposure And Control The Hazard. Notify The Contracting Officer Within 24 Hours Of Discovery. Eliminate/remove The Hazard. In The Interim, Take All Necessary Action To Restore And Maintain Safe Working Conditions To Safeguard Onsite Personnel, Visitors, The Public (as Defined By Asse/safe A10.34,) And The Environment. the Contractor Shall Have On Site An Employee Designated As A Site Safety And Health Officer (ssho) Who Has Completed The Osha 30-hour Construction Safety Training Or Its Equivalent As Specified In Em 385-1-1. The Contractor Shall Complete The Eng Form 6282, Site Safety & Health Officer (ssho) Designation Letter, And Submit With The App. The Eng Form 6282, Site Safety & Health Officer (ssho) Designation Letter Is Included. The Ssho Or An Equally Qualified Designated Representative/alternate Shall Be At The Work Site At All Times To Implement And Administer The Contractor's Safety Program And Government Accepted Accident Prevention Plan. the Contractor Shall Prepare And Use An Aha To Ensure Safe Performance Of Work. It Is The Contractor's Responsibility To Prepare The Aha. The Aha Shall Be Approved By The Contracting Officer Prior To Commencement Of Work. All On-site Employees Shall Review The Approved Aha Prior To Performing Work At The Site And The Aha Must Be Available During Daily, Weekly, And “tool Box” Safety Meetings As Appropriate. ahas Shall Define The Activities Being Performed And Identify The Work Sequences, The Specific Anticipated Hazards, Site Conditions, Equipment, Materials, And The Control Measures To Be Implemented To Eliminate Or Reduce Each Hazard To An Acceptable Level Of Risk. the Aha Shall Be Reviewed And Modified As Necessary To Address Changing Site Conditions, Operations, Or Change Of Competent/qualified Person(s). The Eng Form 6206, Activity Hazard Analysis (aha) Is Included. While Not Mandatory For Use, The Eng Form 6206 Is The Recommended Format. all Crane Operations Are Required To Conform With Em 385-1-1 16-7 "minimum Plan Requirements" For The Duration Of This Project. 6. Site Visit: a Site Visit For Potential Offerors Is Scheduled For March 7, 2025 At 10:30 Am. Site Visit Will Be Coordinated Through Karl Just At Karl.p.just@usace.army.mil Or 651-290-5768 post-award The Contractor Shall Schedule At Least 1 Site Visit Prior To Installation To Observe Site Conditions. 7. References: government Provided Drawings And Past Photos. site Location: usace orwell Dam 14780 Orwell Road fergus Falls, Mn 56537
Contact
Tender Id
W912ES25QA005Tender No
W912ES25QA005Tender Authority
DEPT OF THE ARMY USA ViewPurchaser Address
-Website
beta.sam.gov