Iowa Bids > Bid Detail

Donnellson Maintenance Garage Sewer Repair

Agency: State Government of Iowa
Level of Government: State & Local
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD14719088908629728
Posted Date: Oct 20, 2022
Due Date: Nov 1, 2022
Solicitation No: RFB FY2023 #105
Source: https://iowadotebid.ionwave.ne...
Bid Information
Type Request for Bid - Informal - Construction
Status Issued
Number RFB FY2023 #105 (Donnellson Maintenance Garage Sewer Repair)
Issue Date & Time 10/20/2022 11:27:47 AM (CT)
Close Date & Time 11/1/2022 01:00:00 PM (CT)
Notes
We highly recommend online submission of responses. This expedites the process and reduces errors for both buyer and supplier.
It is the intent of the Iowa DOT to award the contract to the responsible bidder whose submitted quotation is the most advantageous to the Iowa DOT, cost and other factors considered. Other factors include, but are not limited to: meeting or exceeding mandatory requirements, proposed staffing, and meeting required time schedule.
Overview:
Donnellson sanitary line has extensive buildup of rust and the line is continuously getting clogged. Per a sanitary scope, the line between the clean out and lamphole cleanout need replaced, approx. 90 feet. The DOT is seeking a plumbing vendor to remove existing 4" cast iron sanitary sewer pipe from clean out to manhole location shown on plan attached and replace with new 4" schedule 40 piping and clean out. Vendor to furnish and install all material required. Work to include excavation, cutting, fittings, infill, new paving, etc. for a fully functioning sewer line repair. New pipe section to maintain a minimum 2% slope or higher to sewer tie in location for proper pipe flow. New schedule 40 pipe to match existing pipe diameter. Assume 4” and confirm on site. All work to comply with current and local codes. Existing concrete and asphalt paving to be removed and replaced with new 6" thick concrete per specification below. All work to be reviewed and tested prior to infill and concrete replacement. Vendor to properly dispose of any removed/demoed debris. Any additional linear footage of sewer line replacement work to be done according to unit pricing. Reference attached site plan, photo, and original plumbing plans.

6" thick Concrete: Concrete mix shall be a C-4WR-C20-S20 (when GGBFS is available) or C-4WR-C20 (when GGBFS is not available and in cold weather). GGBFS is ground granulated blast furnace slag. All mixes shall be from a state certified plant using state certified materials with a basic w/c ratio of 0.420 and a maximum w/c ratio of 0.450. The plastic air content before placement shall be 7.0 +/- 1.5 percent.
Finishing shall be accomplished by hand float or by power screed. Sufficient internal and/or external vibration shall occur to remove voids/defects. Care shall be taken to ensure vibration is uniform and does not cause segregation or excessive loss of entrained air. No additional water shall be added to the surface of the concrete during finishing and finishing aids shall not be allowed.
Texture shall be applied after finishing and shall be broom finish (to match existing).
Curing of concrete shall be accomplished with a white pigmented curing compound on all non-formed surfaces. Curing compound shall be applied as soon as finishing and texturing are complete using a hand sprayer until coverage of the surface is uniform.
In cold weather, concrete shall be protected from freezing for 48 hours after placement. Protection is required anytime the temperature is forecasted to be 35 degrees or lower within those 48 hours. Concrete shall not be placed when temperatures are forecasted to be below 25 degrees within those 48 hours. Protection shall be four layers of burlap between two layers of 4 mil plastic.
6" granular fill below concrete: Coarse Aggregate Type A1: Coarse aggregate, Class A crushed stone conforming to Iowa DOT SSHBC - Series 2001, Section 41 2004.
Under Concrete Pavement: Compact placed aggregate materials uniformly to achieve minimum 95 percent of maximum density.

Unit Price #1: Provide linear foot pricing to remove 4” cast iron pipe and furnish/install 4” schedule 40 piping. Plumbing vendor to remove and properly dispose of all debris. Work to include excavation, cutting, fittings, infill, etc. for a fully functioning sewer line repair. Include concrete removal and replacement in unit price.

Contractor to be a licensed plumber in the state of Iowa.
Training:
License IA Plumber
Warranty:
1 year labor warranty
Estimated start and completion date:
Estimated start date: Coordinated with Project Manager upon award once notice to proceed email has been issued.
Estimated completion date: November 25, 2022
Site Visit:
A site visit is recommended. Interested bidders can schedule a site visit with the Purchasing Agent listed on the solicitation via email at tiffany.stupp@iowadot.us
Point of Contact:
Until the contract is awarded the sole point of contact for this project is Tiffany Stupp (see bid contact information) any and all questions related to this project are to be submitted to Tiffany Stupp through the IONwave Bid system. (See the cut off period for questions)
This is project is exempt from state sales tax.
Davis-bacon wages do not apply.
Contact Information
Name Tiffany Stupp
Address 800 Lincoln Way
Ames, IA 50010
Phone 1 (515) 239 x1429
Fax
Email tiffany.stupp@iowadot.us

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >