|
COMMERCE BUSINESS DAILY ISSUE OF JULY 26,1995 PSA#1396Ernest O. Lawrence Berkeley National Laboratory, #1 Cyclotron Road,
Buildin 69, Room 201, Berkeley, CA 94720 C -- SANITARY SEWER RESTORATION PROJECT Due 082595. POC: Gary Lelong,
510/486-6743. The University of California, Ernest O. Lawrence
Berkeley National Laboratory (LBNL), which is operated under Prime
Contract DE-AC03-76SFOOO98 with the U.S. Department of Energy (DOE),
intends to subcontract for Engineering services based on the following
description of the proposed project: Sanitary Sewer Restoration
Project will replace portions of existing underground sanitary sewer
systems that are deteriorated broken or have inadequate slope which
serve LBNL. LBNL is located in the hill above the University of
California, Berkeley campus. A video camera survey of the sanitary
sewer system revealed sewer breaks, offsets, obstructions and
undulations in the system. Approximately 3,500 lineal feet of sanitary
sewer lines, between 3 to 18 inches of diameter, will require repair
or replacement. The repair or replacement work will be performed in
areas of congested underground utilities and highly used roads and
pedestrian routes. The underground utilities include water electrical
compressed air, high pressure natural gas an low conductivity water.
The A/E will be required to design the best technical and economical
solution, based on evaluation of existing data and any other required
investigations. The design shall address the construction process to
minimize disruption of ongoing operations and delays. It will be the
architct-engineer's responsibility to prepare final design drawings and
specifications within the University's construction budget of
$1,250,000. It is the intent of the LBNL to select one Engineering firm
for the design of this project. The engineering firm and its
subsidiaries or affilates shall be excluded in the award of any
construction contract that is based on the engineer's design, reference
FAR 36.209. A lump sum subcontract will be negotiated to perform the
design work (6 months), a bid and award period (3 months), and a
construction period (12 months). The project is contingent upon future
receipt of federal funding. If funding is not received within three
years, the award of any eventual subcontract for the design and
construction will be at the sole discretion of the University. Minimum
Requirements: in order to qualify, candidates must meet the following
minimum requirements: a) Location: The primary firm and all of its
sub-consultants (if any) must be located within fifty (50) mile radius
of Berkeley, California. b) Project Leader: The Project Leader must be
a State of California registered Mechanical or Civil Engineer employed
by the primary firm. c) Project Team: In addition to the Project
Leader, the Project Team must include a State of California registered
Civil Engineer, Geotechnical Engineer, Landscape Architect and
Environmental Engineer with a minimum of 5 years experience since
becoming registered. d) Documentation Compatibility: The primary firm
and subconsultants must be able to generate, receive, or convert
documents into Microsoft WORD, Microsoft EXCEL and AutoCAD (version 12)
is preferred. Selection Criteria: For firms meeting the above minimum
requirements, the following criteria shall be the basis of selection.
The criteria are listed in descending order of importance. 1) The
qualification and experience of the project team members in the design
and construction of sanitary sewer projects that included video camera
piping assessnebt. The projects should be completed within the last
five years and include cost analysis of various restoration options.
The resume of each team member should state the role and responsibility
for those projects listed in the standard form 255, Section 8. 2) The
ability of the primary firm and their consultants to coordinate the
design and construction of the sanitary sewer projects listed in the
standard form 255, Section 8. 3) Demonstrate the ability to develop
underground utility construction documents that address construct
ability and environmental issues of congested industrial facilities
similar to those utilities described under the proposed project
description. 4) Illustrate past performance with design schedules and
budgets for all project's in similar scope and complexity within the
last five (5) years. List projects comparing planned vs. actual
schedules and budgets, include explanations for the changes. Past
record in performing work for DOE, other government agencies,
University of California, other universities, and private industry. 5)
The ability of the primary firm to further the University's small
business objectives by virtue of its size, and/or to further the
University's disadvantaged or woman-owned business affirmative action
objectives by virtue of its ownership. Interested firms meeting the
requirements described above must submit four (4) completed copies each
of U.S. Government Standard Form 254 and 255. They may also submit four
(4) copies of any supplemental information necessary to further address
the Selection Criteria. Submissions: Submissions must be received at
LBL's Purchasing Department, Building 69, Room 201, by 4:00 p.m.,
Friday, August 25, 1995. Submissions that are received after this time
or with insufficient copies will not be considered. Submissions should
be addressed to: Ernest O. Lawrence Berkeley Laboratory, One Cyclotron
Road, Berkeley, CA 94720: Attention: Gary Leong, Building 69-Room 201.
Direct any questions concerning this announcement to Mr. Gary Leong
(510) 486-6743. (205) Loren Data Corp. http://www.ld.com (SYN# 0014 19950725\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|