|
COMMERCE BUSINESS DAILY ISSUE OF JULY 18,1995 PSA#1390Contract Administration Section, Procurement and Right-of-Way
Department, Nagoya Construction Bureau, Japan Highway Public
Corporation, 4-1-1 Sakae, Naka-Ku, Nagoya-Shi 460, Japan Y -- JAPAN: S16 CONSTRUCTION POC Tel 81/52/262-7084 FAX N/A product
data a industry sector code: B detailed product description:
Construction Title: Construction of the first obu overpass (steel
superstructure) on the second tomei expressway; site: from
aza-besshoyama, otaka-cho, midori-Ku, Nagoya-Shi to kobe, kyowa-machi,
obu-Shi, aichi-ken; summary: this Project involves Construction of
7,820-ton steel superstructure with prestressed concrete surface for
the main Highway bridge (one site, 707.0 meters) and the ramp bridge
(seven sites, 1,667.3 meters); total length: main Highway bridge: one
site, 707.0 meters; ramp bridge: seven sites, 1,667.3 meters; width:
main Highway bridge, 14.00 meters; ramp bridge: 7.00 meters, one lane;
8.50 meters, two lanes; type of bridge: main Highway bridge: 15-span
continuous, three main steel-plate girders; 10-span continuous, three
main steel-plate girders; four-span continuous, four main steel- plate
girders; ramp bridge: 10-span continuous, three main steel-plate
girders; eight-span continuous, three main steel-plate girders;
five-span continuous, two main steel- plate girders; four-span
continuous, two main steel-plate girders; three-span continuous, three
main steel-plate girders; three-span continuous, two main steel- plate
girders; two-span continuous, two main steel-plate girders; steel
weight, 7,820 tons; main Materials to be used: concrete, 14,980 cubic
meters; reinforcing steel, 3,120 tons; prestressing steel, 500 tons;
steel, 7,820 tons; Construction period: 870 days. C product
specifications/technical data: N/ a (not available). D quantity: N/A.
e U.S. dollar value: N/A. F other information: N/A. response data a
response language: Japanese. B best Way to respond: letter. C from
manufacturers only: N/A. D information desired from U.S. firm: N/A. e
primary buying factor: the lowest bid within the estimated price range.
F other information: pre-screening is required to be eligible for
bidding. Pre-screening deadline: 16:00 pm, aug. 18, 1995. Bid documents
must be obtained directly from the procuring agency, not from U.S.
Embassy. Payment in yen. A issuing agency: Nagoya Construction Bureau
(Japan Highway Public Corporation) B financing agency: same as above.
C price of bid documents: N/A. D purchase bid documents by: 16:00 pm,
aug. 18, 1995. E tender number required in all Communications: N/A. F
performance bonds required: not required. G closed Procurement
procedure: no. H bidding procedures: open competitive tender. I bid
deadline: 14:00 pm, sep. 29, 1995. J other information: ''kensetsu
kogyo shimbun'': 7/11/95. Eligible tender participants: firms qualified
to participate in bidding for this Project must meet all of the
following criteria and have their qualification for this Project
screened and confirmed by the Director of the Nagoya Construction
Bureau: 1) firms that Do not fall under article 4 of the Contract
regulations of the Japan Highway Public Corporation; 2) consortia
comprised of two pre- qualified firms having a score of at least 1,200
points in steel superstructure work and one pre-qualified firm having
a score of at least 1,250 points in prestressed concrete
superstructure work; firm to be engaged in steel superstructure work
must not be the same as one to be engaged in prestressed concrete work;
3) firms that have -- since 1985 (in the past 10 years), as the main
contractor -- actually carried out the following work: a) in the case
of member firm in steel superstructure work, manufacture at factory of
a multi-span continuous, steel-plate girder bridge; B) in the case of
member firm in steel superstructure work, Construction of a bridge,
using on-site stud welding of main steel girders or steel piers of at
least 38 millimeters in breadth; C) (1) all member firms of steel
superstructure work must have the same experience as in item (a); (2)
all or either one of the firms of steel superstructure work must have
the same experience as in item (B); D) in the case of member firm in
prestressed concrete superstructure work, Construction of prestressed
concrete superstructure made of at least five meters in span length
perpendicular to the axis of the bridge surface. Note: only
Construction projects in which bidders have had a 20 percent or greater
share of involvement are eligible for consideration; 4) firms that can
assign, to the Construction site, a field representative or a
full-time chief engineer or engineering supervisor who has had
experience with the following work since 1985 (in the past 10 years):
a) in the case of field representative during the on-site Construction
period or full-time chief engineer or engineering supervisor in steel
superstructure work, has had experience with Construction of a bridge,
using on-site stud welding of main steel girders or steel piers; B) in
the case of field representative or full- time chief engineer or
engineering supervisor in prestressed concrete superstructure work, has
had experience with Construction of prestressed concrete- surface
superstructure; 5) firms not suspended from designation in no. 4 zone
by the Japan Highway Public Corporation; 6) firms that can present an
adequate plan for this Project; 7) every consortium member firm must
meet the following criteria: a) has been in operation for at least five
years in qualified business under the Construction business law; B) can
assign -- to the Construction site, on a full-time basis -- an
engineering supervisor qualified for this Project under the
Construction business law or a nationally-licensed chief engineer; and
C) has an at least six tenths of an equally-divided share of
involvement, and the representative firm must have the greatest share.
Firms pre-screened by the Construction minister regarding items (a)
and (B) in evaluation of their management operations are exempted from
these criteria; and 8) firms not related by capital or personnel to
the contractors involved in this Project. Post remarks Post
contact/prepared by haomori approved by cdukelow Please send a copy of
your response to: Commercial Officer (FCS TOP), American Embassy,
Tokyo, Unit 45004, APO Ap 96337, Refer to TC456. Please note: All
correspondence with the Awarding Authority and/or the Procuring Agency
MUST be in Japanese.. (0195) Loren Data Corp. http://www.ld.com (SYN# 0139 19950717\Y-0001.SOL)
Y - Construction of Structures and Facilities Index Page
|
|