Similar Projects
Electrical, Framing, Mechanical, Flooring,Plumbing, Drywall
Alteration
Design
San Francisco, CA 94128

Well No. 15 Test Hole
Infrastructure
Bidding
$398,050 CJ est. value
Chowchilla, CA 93610

PW Various Locations Pavement Renovation No. 60 and Sewer Replacement
Infrastructure
Bidding
$10,600,000 CJ est. value
San Francisco, CA 94103

Bottle Filling Stations Installation
Infrastructure
Sub-Bidding
$50,000 CJ est. value
Santa Barbara, CA 93101

Plumbing Equipment
Term Contract
Sub-Bidding
Los Angeles, CA 90012

Modular Classroom Restroom Addition At Haynes Elementary School
Renovation
Post-Bid
Ontario, CA 91762

Building D 2nd Floor Labs Mechanical System Upgrades
Alteration
Post-Bid
$600,000 est. value
Long Beach, CA 90808

Plumbing Services
Term Contract
Results
$200,000 est. value
San Jose, CA 95128

Plumbing Contractor
Term Contract
Results
Concord, CA

Phase 1A Water CIP
Infrastructure
Construction
$1,313,318 CJ est. value
Stockton, CA 95202

Folsom Area Stormwater Improvements - Soma and Mission Districts Sewer Replacement
Infrastructure
Bidding
$8,200,000 CJ est. value
San Francisco, CA 94103

Septic Tank Pumping and Legal Disposal Services in Kern County
Term Contract
Sub-Bidding
Bakersfield, CA 93301

Plumbing Services BPA
Term Contract, Alteration
Post-Bid
Edwards, CA

District Wide HVAC Replacements 11 Campuses (COVID) - Plumbing
Alteration
Results
$1,000,000 est. value
Hesperia, CA 92344

Fire Station 14 Workforce Privacy Project
Infrastructure, Renovation - 8,820 SF
Bidding
$150,000 CJ est. value
Long Beach, CA 90803

Last Updated 01/20/2023 09:34 AM
Project Title

Folsom Hydraulic Cylinder Replacement (HCR)

Physical Address View project details and contacts
City, State (County) Folsom, CA 95630   (Sacramento County)
Category(s) Single Trades
Sub-Category(s) Plumbing
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected January 2023
Bids Due View project details and contacts
Estimated Value $16,663,990 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Jan 18, 2023 Contract Award Number: W9123823C0006 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: VAYJNMM2KBE5 Contractor Awarded Name: Granite Construction Company Contractor Awarded Address: Watsonville, CA 95076-5123 USA Base and All Options Value (Total Contract Value): $16663990.00 Amendment 007: Extend the proposal due date to 2 November 2022, at 2:00 pm Pacific TIme and extend the ProjNet (RFI) ending date to 28 October 2022, 2:00 pm Pacific Time. Amendment 006: Extend the proposal due date to 12 October 2022 Amendment 005: Extend the proposal due date to 28 September 2022 and the PRojNet Due date to 23 September 2022. The Solicitation and all amendments are posted at Procurement Integrated Enterprise Environment (eb.mil): https://piee.eb.mil/, under Solicitation W9123822R0031. Amendment 006: Extend the proposal due date to 12 October 2022 W9123822R0031 FOLSOM DAM - HCR FOX HVOF RODS REPLACEMENT The Government anticipates issuing a Request for Proposal (RFP) with the intent of awarding a Firm-Fixed Price construction contract for the Folsom HCR Rods Replacement. Project Description: This project replaces existing hydraulic cylinders and rods for Flood protection spillway gates due to early signs (cracking of top coating) of advanced corrosion. The scope of work will include deconstruction of the (12) existing hydraulic cylinders and removal of the spare cylinder, manufacturing, transporting, providing off-site storage for up to two years, installing and testing twelve (12) replacement hydraulic cylinders assemblies and providing one spare, and integrating the control system. The existing cylinder rods are 8-inch in diameter and 40 feet long. The design of the new cylinders and rod systems will be of a performance-based requirement and need to accommodate existing structure tolerances. The replacement hydraulic cylinder assemblies must be compatible with the existing gate connection points, cylinder trunnion supports, hydraulic cylinder connections for power, controls, hydraulic fluid piping, and rod position system power and signal wiring as well as the PLC input card. The new hydraulic cylinder rod coating will be laser cladding/weld overlay over groove-based hall-effect contactless linear measurement sensor and transducer for position measuring system. A critical aspect of the hydraulic cylinder assembly design is thorough quality assurance/quality control (QA/QC) procedures during manufacturing, transportation, installation, control system integration and cylinder testing. The construction scope of work will include performing on-site existing condition assessment and survey, protection of existing concrete spillway and concrete piers during construction, deconstruction of existing hydraulic assemblies from a gate in the fully closed position, replacement of hydraulic cylinder assemblies with new hydraulic cylinder rod position measuring system linked to the rod design, clean existing hydraulic fluid (550 gallons per gate), re-wire the new cylinder rod position measuring system to the existing PLC input card, update the PLC program to recalibrate the position measuring signal and make use of the non-volatile memory, install new 24-hour uninterruptable power supply (UPS), and perform dry and wet testing of gates. The Contractor is responsible to remove and recycle or dispose of 13 existing hydraulic cylinders and rods. In accordance with DFARS 236.204(i), the estimated magnitude of construction is expected to be between $10,000,000 and $25,000,000. This prospective contract action will be conducted using NAICS Code 237990 (Other Heavy and Civil Engineering Construction). The size standard is $39,500.00. Product Service Code is Y1PC (Construction of Other Non-building Facilities). The solicitation will proceed as a full and open competition and is estimated to be issued on or about 9 May 2022, with proposals due tentatively on 21 June 2022. The RFP will be issued on the Government Point of Entry known as sam.gov and will establish a firm proposal due date/time. If applicable, the site visit date, time and location will be identified in the solicitation. BE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE PRE-SOLICITATION, SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. The only INTERESTED VENDORS LISTS (plan-holder's/bidder's list) is available via SAM.gov. Contractors are responsible for self-identifying as interested vendors and viewing other interested vendors. Contractors should check sam.gov frequently for any changes to the interested vendors list and notice. W9123822R0031 FOLSOM DAM - HCR FOX HVOF RODS REPLACEMENT The Government anticipates issuing a Request for Proposal (RFP) with the intent of awarding a Firm-Fixed Price construction contract for the Folsom HCR Rods Replacement. Project Description: This project replaces existing hydraulic cylinders and rods for Flood protection spillway gates due to early signs (cracking of top coating) of advanced corrosion. The scope of work will include deconstruction of the (12) existing hydraulic cylinders and removal of the spare cylinder, manufacturing, transporting, providing off-site storage for up to two years, installing and testing twelve (12) replacement hydraulic cylinders assemblies and providing one spare, and integrating the control system. The existing cylinder rods are 8-inch in diameter and 40 feet long. The design of the new cylinders and rod systems will be of a performance-based requirement and need to accommodate existing structure tolerances. The replacement hydraulic cylinder assemblies must be compatible with the existing gate connection points, cylinder trunnion supports, hydraulic cylinder connections for power, controls, hydraulic fluid piping, and rod position system power and signal wiring as well as the PLC input card. The new hydraulic cylinder rod coating will be laser cladding/weld overlay over groove-based hall-effect contactless linear measurement sensor and transducer for position measuring system. A critical aspect of the hydraulic cylinder assembly design is thorough quality assurance/quality control (QA/QC) procedures during manufacturing, transportation, installation, control system integration and cylinder testing. The construction scope of work will include performing on-site existing condition assessment and survey, protection of existing concrete spillway and concrete piers during construction, deconstruction of existing hydraulic assemblies from a gate in the fully closed position, replacement of hydraulic cylinder assemblies with new hydraulic cylinder rod position measuring system linked to the rod design, clean existing hydraulic fluid (550 gallons per gate), re-wire the new cylinder rod position measuring system to the existing PLC input card, update the PLC program to recalibrate the position measuring signal and make use of the non-volatile memory, install new 24-hour uninterruptable power supply (UPS), and perform dry and wet testing of gates. The Contractor is responsible to remove and recycle or dispose of 13 existing hydraulic cylinders and rods. In accordance with DFARS 236.204(i), the estimated magnitude of construction is expected to be between $10,000,000 and $25,000,000. This prospective contract action will be conducted using NAICS Code 237990 (Other Heavy and Civil Engineering Construction). The size standard is $39,500.00. Product Service Code is Y1PC (Construction of Other Non-building Facilities). The solicitation will proceed as a full and open competition and is estimated to be issued on or about 9 May 2022, with proposals due tentatively on 21 June 2022. The RFP will be issued on the Government Point of Entry known as sam.gov and will establish a firm proposal due date/time. If applicable, the site visit date, time and location will be identified in the solicitation. BE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE PRE-SOLICITATION, SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. The only INTERESTED VENDORS LISTS (plan-holder's/bidder's list) is available via SAM.gov. Contractors are responsible for self-identifying as interested vendors and viewing other interested vendors. Contractors should check sam.gov frequently for any changes to the interested vendors list and notice. Offerors should follow-up with clients/ references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government's point of contacts, Jeffrey M. Post via email at jeffrey.m.post@usace.army.mil and Dayton T. Santos via email at dayon.t.santos2@usace.army.mil *Some or all of the documents for this project may be controlled unclassified information and property of the United States Government and if so we will not be obtaining them. Users must register with Beta.Sam in order to view and obtain controlled unclassified documents. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 22 - Plumbing, Common Work Results for Plumbing.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents