Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2003 FBO #0561
SOLICITATION NOTICE

Y -- Highway Construction, NV HPP 93(2), Hoover Dam Bypass-Nevada Approach, Lake Mead National Recreation Area and Hoover Dam Reservation Area, Clark County, Nevada

Notice Date
6/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, Room 259 555 Zang Street, Lakewood, CO, 80228-1010
 
ZIP Code
80228-1010
 
Solicitation Number
NV-HPP-93-HOOVER-DAM-BYPASS-NEVADA-APPROACH
 
Response Due
8/7/2003
 
Archive Date
11/1/2003
 
Point of Contact
Lori K Rivera, Acquisition Program Specialist, Phone (303)716-2015, Fax (303)969-5971, - Brenda McGehee, Acquisition Program Specialist, Phone (303) 716-2080, Fax (303)969-5971,
 
E-Mail Address
lorik.rivera@fhwa.dot.gov, bmcgehee@road2.cflhd.gov
 
Description
The Hoover Dam Bypass - Nevada Approach, Project NV HPP 93(2), will consist of grading, drainage and bridge work on 2.112 miles of roadway in the Lake Mead National Recreation Area and Hoover Dam Reservation Area, Clark County, State of Nevada. Estimated price range is greater than $25,000,000.00. This project contains one schedule. Principal work items include: drainage structure, bridge, retaining wall, and miscellaneous survey and staking; lump sum contractor testing; lump sum construction schedule; lump sum watering for dust control; lump sum lane rental (firm-fixed price); removal of structures and obstructions (various); 5,500 cu yd select borrow; 1,650,000 cu yd embankment construction; lump sum gold strike canyon bridge access grading; lump sum river mountain loop trail; 9,440 cu yd structure excavation; 2,631 cu yd structural backfill; 6,810 cu yd placed riprap (various class); 13 each wildlife ramps; 51,000 sq ft mechanically stabilized earth wall (welded wire); 2,000 Ton minor hot asphalt concrete; 11,943 cu yd structural concrete, class A (various-material incentive); 663 cu yd structural concrete for substructure; lump sum prestressing system; 2,797,904 lb reinforcing steel; 1,572,899 furnished, fabricated and erected structural steel; 929 ln ft bridge expansion joints, strip seal; 3,346 ln ft concrete bridge railing; 1,649 ln ft concrete bridge railing, median barrier; lump sum painting, concrete and steel structures; 1,100,000 sq ft weathering agent, desert application; 700 ln ft drilled shafts; 600 sq yd reinforced shotcrete; 7,770 ln ft pipe culvert (various); 860 ln ft reinforced concrete box culvert (various); 181 each pipe anchor assembly (various); 1,400 ln ft steel waterline, asphalt coated; 630 ln ft galvanized steel encasement pipe; 20,000 ln ft woven wire fencing; 19,000 ln ft tortoise barrier fencing; 6 each metal gate; heavy equipment rental/operators (various); 20,000 hr flagger (firm-fixed price according to current Davis Bacon Wage Rates); 2,000 hr pilot car; 3,800 ln ft temporary concrete barrier; 700 day traffic safety supervisor; 700 day variable message sign; 7,500 ln ft rock bolts; 67 ln ft wildlife underpass. Bidders please note: a firm-fixed price is designated for bid item 15901, lane rental, and bid item 63509, flagger. No other bid prices will be accepted. Bid prices submitted other than the firm-fixed price will result in rejection of bid. Tentative advertisement date is June 26, 2003. PLEASE NOTE: The Invitation for Bid (solicitation documents) will be available for download on or after advertisement date from the Federal Business Opportunities website under CFLHD Solicitation Synopsis page at http://www.eps.gov/spg/DOT/FHWA/68/postdate_1.html. AT THIS TIME, PLAN SETS WILL BE OBTAINABLE ONLY THROUGH A&D DRAFT-AID IN EITHER CD ROM OR PAPER VERSION. For pricing information on plan sets or to place an order, please call A&D Draft-aid at (303) 573 5757 or e-mail your request to office@addraftaid.com. Requests must include the project name and/or solicitation number, point of contact and a fax number. FOR QUESTIONS CONCERNING PROJECT INFORMATION, PLEASE CALL (303) 716 2015 or (303) 716-2080. All bid forms, bid bonds, and other documents required for the bid submittal shall be submitted to FHWA in paper format. Electronic format for the bid submittal documents will not be allowed. Amendments to this solicitation will be issued in paper format to all plan holders and will be posted on our website at http://www.cflhd.gov/procurement. The following applies only to Minority, Women-Owned and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU), has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontractor at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $1.0 million per contract. The DOT provides an 80% guaranty on the bond amount to a surety against losses. Loans are also available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the Bonding Assistance Program and/or the STLP, please call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
 
Record
SN00344523-W 20030613/030611213306 (fbodaily.com)
 
Source
FedBizOpps.gov 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.