Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2009 FBO #2902
AWARD

Y -- RECOVERY--Y--Comprehensive Everglades Restoration Plan, 112375, C, Picayune Strand, Merritt Pumping Station, Collier County, Florida

Notice Date
11/2/2009
 
Notice Type
Award Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP09R0032
 
Response Due
9/18/2009
 
Archive Date
12/2/2009
 
Point of Contact
kathleen.b.duke, 904-232-3713
 
E-Mail Address
US Army Engineer District, Jacksonville
(kathleen.b.duke@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912EP-10-C-0006
 
Award Date
10/30/2009
 
Awardee
Harry Pepper & Associates, Inc., 9000 Regency Square Blvd., Suite 100, Jacksonville, FL 32211-8102
 
Award Amount
$39,752,000.00 Recovery, $13,383,747.00 Non-Recovery
 
Line Number
0001, 0001AA - 0001AF
 
Description
The Picayune Strand Restoration Project, Merritt Pump Station and Levees, Canals and Roads is part of the Comprehensive Everglades Restoration Plan (CERP). The project will help to restore the area known formerly as the Southern Golden Gate Estates to its pre-drainage hydrology and ecology, generating positive effects on the hydrology, vegetation and wildlife of the project area and surrounding public lands. The Project consists of a pump station, tie-back levees, spreader berms and canal plugs which will slow water flowing through existing canals and redistribute it across the landscape. The construction of the Pump Station, which shall have 2-75 CFS pumps and 4-220 CFS pumps, for a firm capacity of 810 CFS and 6 bays, includes the following: Mechanical equipment to be provided and installed by the Contractor will include, but not be limited to, diesel pumps, traveling trash rakes, bridge cranes, standby diesel generators, vacuum priming systems, HVAC equipment, cooling water pumps, fresh water pumps, water treatment equipment, lubricating water equipment, potable water equipment, and other miscellaneous mechanical equipment. Electrical and Instrumentation equipment to be provided and installed by Contractor will include, but not be limited to, station power distribution systems, station switchgear, motor control centers, local and station programmable logic controllers to control and monitor all ancillary mechanical equipment, grounding cable system, lighting, Control Room Operator Work Station with monitoring and control computers, uninterrupted power service equipment, remote terminal unit system, all supporting switches, wiring, conduits, junction boxes, etc. to interconnect with equipment for control and monitoring. Telemetry system equipment requirements: Ethernet Network Switches (Cisco); MOSCAD Programmable Logic Controllers (Motorola); Microwave Ethernet Bridges (Harris Truepoint); Engine, motor, and station Programmable Logic Controllers (PLCs) (Allen Bradley); Surveillance Cameras and associated software (Mobotix); Central Control System SCADA software (Telvent); Security Alarm Panels (Ademco); Fire Alarm Panels (Silent Knight); Central Control System computers (Dell); and Firewall Router (Juniper). The Contractor shall furnish and install a transformer pad and the primary conduit per Florida Power and Light (FP&L) requirements. The Contractor shall install the primary conduits provided by FP&L that run from the FP&L termination pole to the new primary transformer; also shall furnish and install the secondary 480 v building service conduits and cables and terminate both ends of the service cables. FP&L shall provide and install the primary transformer, the termination pole, and the primary cables. The Contractor shall furnish and install an 80 foot radio antenna tower; furnish and install an electrical conduit from the control room to the radio antenna towers. The Contractor shall provide and install the antennas and Remote Terminal Units at the pump station. Several items of work are included by use of options; they include: Option A - Operational testing and monitoring period (OTMP) of 12 months which will be exercised after testing and commissioning of the pumping station. During this period the station will be operated by the sponsor and the Contractor will have specific tasks to be performed on a monthly basis; Option B month to month extension of the OTMP for a maximum of 6 months; and Option C plugging of east-west canals (10 plugs) which will be exercised after testing and commissioning of the pump station is complete. Construction of the station will include, but not be limited to, excavation, station substructure, backfill, fully enclosed buildings for the equipment, access bridges, fuel storage areas with containment and all associated equipment, sanitary facility, approach and discharge canals, retaining walls, trash racks, and related civil works. The Work will also include, but not be limited to, the pumping stations' approach and discharge canals. Contractor shall be responsible for operating and maintaining the existing construction access roads, existing Construction Village area infrastructure including sanitary, waste removal, mowing, asphalt repair, and site drainage consisting of small ditches, culverts and pumps, and providing overall security for the Construction Village. Contractor shall construct tie-back levees, spreader berms and canal plugs and construct temporary access from I-75.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP09R0032/listing.html)
 
Record
SN01996466-W 20091104/091102235137-b50638c5db1bfdba04d53a324c9f2a1e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.