Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,2000 PSA#2533

Bureau of Reclamation, Lower Colorado Regional Office, 400 Railroad Ave, Boulder City, NV 89005-2422

Z -- PENSTOCK TUNNEL REHABILITATION, HOOVER DAM, BOULDER CANYON PROJECT, ARIZONA -- NEVADA SOL 00-SI-30-0023 POC Ms. Caryn Rotheim, Procurement Technician, Tel: (702) 293-8588; E-mail: crotheim@lc.usbr.gov WEB: Visit our web site for the latest project status, http://www.lc.usbr.gov/~g3100/con0023.html. E-MAIL: Contact us via e-mail, crotheim@lc.usbr.gov. Work to be performed under this solicitation consists of repair and partial replacement of the existing drainage systems and replacement of miscellaneous metalwork in four penstock tunnels at Hoover Dam. Principal features of the work include the following: (a) Removing and disposing of miscellaneous materials including, but not limited to the following: (1) Abandoned overhead light fixtures, mounting brackets and fittings in Lower Arizona and Lower Nevada penstock tunnels; (2) Abandoned working platform in Lower Nevada penstock tunnel; (3) Miscellaneous items such as sheet metal trough sections, steel ladder sections, rusted walkway grating, and other items as required from the penstock tunnels and penstock laterals; and (4) Damaged angle iron supports, redwood spacers, and cracked or broken fiberglass sheeting from the overhead drainage collection system. (b) Repair work and partial replacement of existing drainage collection systems in Lower Arizona and Lower Nevada penstock tunnels, 50-foot inside diameter. The existing overhead collection systems consist of interconnected corrugated fiberglass panels, angle iron supports, redwood spacers, gutters, downspouts and discharge tubing to collect drainage flows. Repair work shall include: (1) Removal and replacement of entire sections of the overhead drainage collection system; (2) Removal and replacement of individual damaged components of the overhead drainage collection system; and (3) Removal and replacement of damaged portions of the drainage collection (gutters), downspouts, and drain pipes. Additional work in the Lower Arizona and Lower Nevada penstock tunnels includes repair of existing drainage weep holes located on the tunnel side walls between the raised walkways and the underside of the overhead drainage collection system. This shall include removal and replacement of existing plumbing fixtures and drainage tubes for the weep holes. (c) Replacement of existing drainage collection systems in Upper Arizona and Upper Nevada penstock tunnels, 37-footinside diameter. Work includes repair of existing drainage weep holes located on the overhead portion of the tunnels and the side walls above the raised walkways. This shall include removal and replacement of existing plumbing fixtures and drainage tubes for the weep holes. (d) Replacement of existing drainage systems in approximately 4,800 linear feet of the 16 penstock lateral tunnels (8 horizontal; 8 inclined at 45 degrees), 18-foot inside diameter. Work includes repair of existing drainage weep holes located on the overhead portion of the tunnels and the side walls above the walkways. This shall include removal and replacement of existing plumbing fixtures and drainage tubes for the weep holes. The condition of some existing weep holes and existing plumbing fixtures in the penstock laterals may be so poor that drilling new weep holes may be required. (e) Removing and replacing miscellaneous metalwork including but not limited to the following: (1) 250 sections of grating; (2) 10 individual stair steps; (3) 15 handrail sections; (4) 1 large staircase and landing area, including structural steel (approx. 15 stairs); and (5) 3 small staircases, including structural steel (approx. 5 stairs each). (f) Surface preparation and painting of miscellaneous metalwork, including but not limited to the following: (1) Existing air vent pipes, pipe hangers and supports; and (2) Structural steel components of the walkways, stairways, and Visitor Viewing Platforms. It is strongly recommended that all prospective bidders make a site visit to inspect the existing installation. Site visits will be held on March 31 and April 3 and 4, 2000. Prospective bidders desiring to visit the site of the work on one of these days should communicate with Mr. Larry Hieb, Engineer, Hoover Dam Facilities Office, telephone: (702) 293-8825. The estimated cost range of this project is $500,000 to $1,000,000. The location of this project is at Hoover Dam on the Colorado River and on the Arizona -- Nevada border, 3 miles south of Boulder City, Nevada. The performance time for completion of this project is estimated to be approximately 365 calendar days from issuance date of Notice to Proceed. Pursuant to Section 12 of the Reclamation Project Act of 1939 (43 U.S.C. 388), incremental funding for the contract will be made available in accordance with the clause WBR 1452.232-80 Limitation of Funds (Fixed-Price Contract) (funding percentage will be reflected in the clause of the solicitation). A bid bond is required to be submitted with each bid, and performance and payment bonds will be required after award. The standard industrial classification code is 1629 and the small business size standard is $17 million. This solicitation is unrestricted. All responsible sources may submit a bid which shall be considered by the agency. Only price and/or price-related factors will be considered. Therefore, award shall be made to the low, responsive, responsible bidder whose price is considered fair and reasonable. Contractors or (Sub) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Bids prepared by Debarred, Suspended or otherwise ineligible Contractors or ineligible (Sub) Contractors are at their own risk and expense. The estimated issuance date of the solicitation is March 10, 2000. The estimated date for receipt of bids is April 11, 2000. The solicitation and specifications (except for the drawings) will be available from our web site on the day of issuance. Documents can be viewed without charge from our web site at the following address: http://www.lc.usbr.gov/~g3100/con0023.html. Documents may also be viewed at our office located at the Bureau of Reclamation, Management Services Office, Nevada Highway and Park Street, Annex Building, Room AA-104, Boulder City, Nevada 89005. There is a nonrefundable charge of $20 for each complete hard copy of the solicitation. If you will be obtaining the documents from the web site, you may order the drawings only for $10. Copies of the solicitation may be requested in writing from the following address: Bureau of Reclamation, Lower Colorado Region, Attention: LC-3116, P.O. Box 61470, Boulder City, Nevada 89006-1470 and/or by facsimile at (702) 293-8499. Payment of the $20 charge for plans or $10 charge for the drawings only may be made by check (payable to Bureau of Reclamation) or by credit card (Visa, MasterCard, or American Express). Please provide a physical mailing address, contact name, telephone and fax numbers, and e-mail address (if available), and state business size and/or if the business is women- or minority-owned. If paying by credit card, also include the card number and type, and expiration date. All packages are mailed by First Class USPS. If you would like your solicitation package sent via expedited carrier, please include your account number with your request. Posted 02/07/00 (W-SN422800). (0038)

Loren Data Corp. http://www.ld.com (SYN# 0129 20000209\Z-0014.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page