Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 4,1996 PSA#1694

U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978

Y -- WASTEWATER TREATMENT PLANT UPGRADE AT FORT CARSON, COLORADO SOL DACA45-97-B-0001 DUE 102196 POC Contract Specialist: Kevin P. McElroy (402)221-4108. Construction: Wastewater Treatment Plant Upgrade, Fort Carson, Colorado. The new construction includes: Headworks building (4,600 SF), Sludge Filter Press building (2,300 SF), Digester Control building (1,500 SF), Filtration/U.V. Disinfection building (4,600 SF), Jet Aeration building (4,800 SF), and an addition to the exiting Control building (1,300 SF). All buildings share he same exterior wall theme of 4'', 6'', and 8'' rock face CMU with cast-in-place concrete spread footings and slab-on-grade construction. The Control building will use metal decking and open web steel joists for roof framing while all other buildings will use precast concrete double tees. Roofing for all buildings will be single-ply EPDM system. Interior walls on the control building will be gypsum board on metal studs with finish work consisting of acoustical ceiling tile, resilient flooring, and painting. All other buildings will have interior walls consisting of CMU with or without epoxy coating. All buildings will require HVAC and electrical work/lighting, communication, process piping and equipment (i.e. blowers, compactors, grit pumps, jet motive pumps, electrical motors, control and control panels, process storage tanks, etc). Various buildings will require overhead coiling doors. Additional new reinforced concrete structures include two final clarifiers (85' diameter and 17' high walls); two oxidation ditches (70' x 162' joined in the long direction by a 23' high common wall); and three aerobic digesters (54' diameters and 15' high walls). Site improvements include removal and replacement of bituminous pavement and sidewalks. Other removals include trees, 8'' CMP and 20'' drain pipe. Remaining site work consists of crushed rock surfacing, grading, landscaping, sewer and water lines, gas piping, process piping, underground electrical distribution, exterior lighting, signage and striping. The estimated construction cost of this project is between $5,000,000 and $10,000,000. Contractor's Quality Control will be a requirement in this contract. Performance and payment bonds will be required. Invitations For Bid (IFB) will be issued on or about 21 October 1996. Bids will be required to be submitted on or about 26 November 1996. The contractor is required to commence work within 10 days after notice to proceed and required to complete work within 450 calendars days after receipt of notice to proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. All request for soliciation packages should be made in writing or by FAX no later than 14 days prior to solicitation due date and, must reference IFB No. DACA45-97-B-0001. After such time, packages will be furnished if supply is available. It has been determined that the number of sets be limited to one (1) per firm. Please list street address (for parcel delivery service) and mailing address. SPECIAL NOTES: All responders are advised that this requirement may be cancelled or revised at any time during the solicitation, selection evaluation, and/or final award structure and disposition of US Armed Forces. SIC NO. 1542. THIS SOLICITATION IS UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. Questions regarding the ordering of same and bidding documents should be made to: 402/221-4266 or FAX No. 402/22-4530. Telephone calls regarding small business matters should be made to Mr. Hubert J. Carter Jr. at 402/221-4110. Questions regarding contents of drawings and specifications should be made to Specification Section at 402/221-4413. (0276)

Loren Data Corp. http://www.ld.com (SYN# 0062 19961003\Y-0003.SOL)


Y - Construction of Structures and Facilities Index Page