Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26,1996 PSA#1688

USCG Facilities Design and Construction Center Pacific, 915 2nd Ave., Room 2664, Seattle, WA 98174-1011

C -- A/E SERVICES, DESIGN REPLACEMENT BRIDGE BETWEEN COAST GUARD ISLAND AND OAKLAND, CA SOL DTCG50-96-R-643GB7 POC Contracting Officer, Mr. Joel Childers (206)220-7421 The U.S. Coast Guard is seeking professional engineering and design services to prepare contract documents (drawings and technical specifications), prepare permit and regulatory applications and provide detailed cost estimates required to replacethe bridge connecting Coast Guard Island, Alameda to the mainland in Oakland, CA. Project elements include: 1) Topographic and hydrographic surveys 2) Geotechnical investigations both on land and under water 3) Hazardous materials and contaminatedsoils investigations 4) Wetland surveys 5) Permit and regulatory application preparation and follow-up 6) Cost estimating and value engineering 7) Structural, civil, traffic, mechanical, electrical and architectural design. The project consists ofreplacing an existing 762 feet long timber pile supported bridge with a new, approximately 860 feet long, concrete bridge. Utilities such as telephone, water, pressurized sanitary sewer, and natural gas lines will be relocated to the new bridge. Anexisting nine berth floating dock for recreational boats will be relocated. A new 50 GSF sentry station will be constructed at the bridge's entrance to Coast Guard Island. The base award will be for the Architect/Engineering (A/E) team to provideengineering services and schematic design documents based on Government furnished project planning documents, with options for final design and construction contract support. Delivery schedule for the base award schematic documents is approximatelyfive (5) months after Notice to Proceed. Preparation of permit and regulatory applications will be in the base award. If the option is awarded for final contract documents, delivery schedule is approximately five (5) months after Notice to Proceed forFinal Design. Estimated award date for the base contract will be in January 1997. Estimated construction cost is $6 - $7 million. The A/E team shall include, as a minimum, the following professional representation: Structural, civil, traffic,surveyor, geotechnical, environmental, architect, mechanical, electrical, cost estimator and value engineering. Qualified firms desiring consideration shall submit SF-255 including an organizational chart of key personnel to be assigned to thisproject, current SF-254, and consultants' current SF-254's. Submittals (one copy) must be received by this office within 30 calendar days after the date of this publication to be considered. Significant evaluation criteria in descending order ofimportance are: (1) A/E team's specialized experience in bridge design within navigable waterways; (2) Professional qualifications of individual team members performing the work. The capabilities of the individual team members include professionalregistration and demonstrable expertise in the specialized areas necessary to accomplish the project. Surveys, reports and design drawings shall be stamped by professionals licensed in the state of the project; (3) Experience in coordinating with, andpreparing permit and regulatory applications for the local, regional and federal regulatory agencies having jurisdiction at the project site; (4) Record of performance by the team on previous similar work; (5) Team's management and organization, theirapproach to establishing an effective working relationship with the US Coast Guard, and their ability to provide effective project design controls and cost containment measures; (6) Capacity of team to accomplish work in the required time givingconsideration to the team's current workload; (7) Proximity and familiarity of the prime A/E firm, environmental/regulatory consultants, and the project manager to the project site; (8) Minority and women employment of principal firm and subconsultants. Provide the number of minorities and women in all relevant job classifications and pay scales that will actually work on the project in comparison to the total number of personnel that will actually work on the project; (9) Demonstrated success inprescribing the use of energy efficiency in facility design. The following notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small andDisadvantaged Business Utilization (OSDBU), has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOTShort Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning STLP, call the OSDBU at 1-800-532-1169. Forinformation concerning the acquisition, contact the contracting official listed above. Phone calls are discouraged. No further technical project specific information will be furnished prior to selection of short listed firms.(0268)

Loren Data Corp. http://www.ld.com (SYN# 0020 19960925\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page