Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2010 FBO #3287
AWARD

Y -- Picayune Strand Restoration, Faka Union Pumping Station, Collier County, Florida

Notice Date
11/22/2010
 
Notice Type
Award Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-10-R-0038
 
Response Due
12/31/2010
 
Archive Date
3/1/2011
 
Point of Contact
Pamela Shirley, 904-232-1992
 
E-Mail Address
USACE District, Jacksonville
(pamela.j.shirley@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912EP-11-C-0003
 
Award Date
11/22/2010
 
Awardee
HARRY PEPPER & ASSOCIATES, INC. (009821422)<br> 9000 REGENCY SQUARE BLVD STE 100<br> JACKSONVILLE, FL 32211-8115
 
Award Amount
$78,862,153.68
 
Line Number
1001-2008
 
Description
The Picayune Strand Restoration Project, Faka Union Pump Station, Levees, Canals and Roads (referred to Project), 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 3-100 cfs pumps and 6-470 cfs pumps, for a firm capacity of 2,650 cfs and 9 bays, includes the following: a.Mechanical equipment to be provided and installed by the Contractor will include, but not be limited to, diesel engine and electric motor driven 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. b.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. c.The Contractor shall furnish and install a transformer pad and the primary conduit per Florida Power and Light (FPL) requirements. The Contractor shall install the primary conduits provided by FPL that run from the FPL termination pole to the new primary transformer. The Contractor shall furnish and install the secondary 480 v building service conduits and cables and terminate both ends of the service cables. FPL 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. The Contractor shall 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. d.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. e.The Work will also include, but not be limited to, the pumping stations' approach and discharge canals. f.Contractor shall be responsible for operating and maintaining the existing construction access roads, existing construction trailer 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 trailer area. g.Contractor shall construct tie-back levees, spreader berms and canal plugs. h.Contractor shall remove existing roads. Road degradation shall include vegetation removal and disposal, including burning, subject to permit requirements. i. Contractor shall be allowed access through existing I-75 temporary access, subject to provisions by the operating contractor for the Merritt Pump Station. Contractor shall provide temporary access closure upon completion of the project, according to the plans and applicable permits.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-10-R-0038/listing.html)
 
Record
SN02331542-W 20101124/101122233826-a25dd781e051de3a01cb274164281f88 (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.