Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26,1998 PSA#2208

US 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