|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26,1998 PSA#2208US Army Corps of Engineers, Little Rock District, (CESWL-CT), PO Box
867 Little Rock, AR 72203-0867 Y -- TABLE ROCK LAKE NEW AUXILIARY GATED SPILLWAY (PHASE I), TABLE
ROCK DAM, TANEY & STONE COUNTY, MISSOURI -- POTENTIAL SOURCES SOUGHT
DUE 111798 POC Mr. Darrel L. Johnson (501) 324-5010 E-MAIL: none,
darrel.l.johnson@swl02.usace.army.mil. The Little Rock District, Corps
of Engineers (LRD, COE), Little Rock, Arkansas, is seeking
construction contractors that are able to execute the following
construction project: The work consists of clearing, grubbing,
excavation (both rock and common), construction of a portion of a new
earthen dam section. The rock excavation is extensive (in-situ rock
excavation will exceed 100,000 cubic meters) and will be performed by
blasting approximately 20 feet from a state highway and an existing
earthen embankment dam. Trades expected to be required for this project
include blasting and seismic specialists, rock excavators, earth
movers/shapers and grouting specialists. The blasting and rock
excavation makes up the majority of the work on this project. This
project represents the first phase of the construction of a new gated
spillway. This new spillway is needed to correct an existing hydrologic
deficiency at Table Rock Lake. The gated spillway and appurtenances are
not a part of this contract. Because the blasting will remove portions
of the existing dam embankment and is within 1/2 mile of a newly
constructed multi-story luxury hotel, expertise in controlled blasting
and seismic monitoring is essential. The existing embankment has
experienced seepage in the past, therefore the contractor must develop
a blasting plan, which takes this into account and minimizes the risks
of uncontrolled seepage, which could result in a catastrophic dam
failure. The city of Branson, Missouri, is located six miles downstream
and a dam failure could result in loss of life and property damage in
excess of $500 million. in addition, the blasting will occur adjacent
to two existing roadways, which carry about 9,000 vehicles per day.
Substantial effort in traffic control is expected. Also, because this
areais highly visible to tourists, it is expected that emphasis will be
placed on the public relations aspects of the project. The grouting
effort will involve the installation of a foundation grout curtain
along the alignment of the new dam. This curtain is intended to provide
seepage cut-off beneath the completed dam. It will involve extensive
deep drilling and the use of various grout mixtures to accomplish
sufficient filling of voids. This project represents the first phase of
a larger project and it is imperative that it be completed both
accurately and on schedule. The second phase will be built from the
excavated surfaces that are left by the first phase therefore the
accuracy of those surfaces is of great importance. Delays in the
completion of the first phase will ultimately result in the delayed
completion of the overall dam safety project. The estimated cost is
between $5,000,000.00 and $10,000,000.00 -- for a Firm Fixed Price
Contract -- project duration is approximately 456 calendar days. The
Standard Industrial Code is 1629 and the annual size standard is $17
million. General Contractors should respond in writing no later than 17
November 1998. The written response shall provide the following
information: bonding limitation, capacity, and current availability,
the firm's dollar limit for bid guarantee/performance guarantee
capacity, ability to obtain property damage liability insurance of
$1,000,000.00, size status (whether a LB, SB, SDB, 8(a), or Women Owned
business), provide a minimum of three references with same or similar
type work that is currently in progress, or that has been successfully
completed. Lack of detailed responses to the above requested
information may result in the action being issued unrestricted. This
Request for Information (RFI)/Sources Sought (SS) Notice is for
information and planning purposes only, and shall not be construed as
a Request for Proposal, announcement of a solicitation, or other
obligation on the part of the LRD, COE. The LRD, COE will not award a
contract on the basis of responses to this RFI/SS nor otherwise pay for
the preparation of any information submitted. Questions of a technical
nature may be directed to Mr. Darrel L. Johnson at (501) 324-5010, or
via e-mail at darrel.l.johnson@swl02.usace.army.mil. Posted 10/22/98
(W-SN264657). (0295) Loren Data Corp. http://www.ld.com (SYN# 0129 19981026\Y-0012.SOL)
Y - Construction of Structures and Facilities Index Page
|
|