Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 26,1995 PSA#1396

Ernest 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