Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2003 FBO #0576
SOLICITATION NOTICE

Y -- HI STP/PLH KEPO 10(2), Kealia Pond

Notice Date
6/26/2003
 
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
HI-STP-PLH-KEPO-10(2)
 
Response Due
8/12/2003
 
Archive Date
10/12/2003
 
Point of Contact
Brenda McGehee, Acquisition Program Specialist, Phone (303) 716-2080, Fax (303)969-5971, - Lori K Rivera, Acquisition Program Specialist, Phone (303)716-2015, Fax (303)969-5971,
 
E-Mail Address
bmcgehee@road2.cflhd.gov, lorik.rivera@fhwa.dot.gov
 
Description
This project will consist of pedestrian bridge/boardwalk construction and asphalt concrete pavement on 0.6 mile of roadway for Kealia Pond, in Kealia Pond National Wildlife Refuge, Maui County, State of Hawaii. Estimated price range is between $500,000 and $1,800,000. This project consists of 2 similar, but separate schedules plus an option. Schedule A consists of construction of a timber deck boardwalk and Schedule B consists of construction of a recycled plastic “timber” deck boardwalk. The option is for a parking area. Either Schedule A or Schedule B will be awarded, along with the possibility of awarding the option. Principal work items on Schedule A include: treated timber piles, 7,073 ln ft; precast prestressed concrete piles 12” x 12”, 96 ln ft; precast prestressed concrete test piles, 12” x 12”, 32 ln ft; treated timber test piles, 8” x 12”, 163 ln ft; structural concrete, Class A, 13 cu yd; timber pedestrian bridge, lump sum; timber boardwalk rail (Type I), 88 ea; timber boardwalk rail (Type II), 107 ea; timber kiosk (3), lump sum; timber ramp section, 9 ea, along with associated surveying, staking, fencing, and barricades. Principal work items on Schedule B include: treated timber piles, 7, 073 ln ft; precast prestressed concrete piles, 12”x 12”, 96 ln ft; precast prestressed concrete test piles, 12” x 12”, 32 ln ft; treated timber test piles, 8” x 12”, 163 ln ft; structural concrete, Class A, 13 cu yd; timber pedestrian bridge, lump sum; timber boardwalk rail, [(Type I) Recycled Plastic “Timber” Deck], 88 ea; timber boardwalk rail, [(Type II) Recycled Plastic “Timber” Deck], 107 ea; timber kiosk [(3) Recycled Plastic “Timber” Deck], lump sum; timber ramp section (Recycled Plastic “Timber” Deck), 9 ea, along with associated surveying, staking, fencing, and barricades. Principal work items on Option X include: construction survey and staking, lump sum; sawcutting pavement, 505 ln ft; embankment construction, 700 cu yd; roadway aggregate, Method 2, 560 tons; minor hot asphalt concrete, 460 tons; prime coat, Grade MC-70, 3 tons; Portland cement concrete curb (various depth), 1365 ln ft; Portland cement concrete valley gutter, 40 ln ft; guardrail system G4, Type 4, 240 ln ft; terminal section Type tangent, 2 ea; gate road closure, 2 each; sign installation, 18 ea; pavement markings, type H, 85 gal.; along with associated barricades and traffic control. Tentative advertisement date is July 10, 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.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/FHWA/68/HI-STP-PLH-KEPO-10(2)/listing.html)
 
Place of Performance
Address: Kealia Pond National Wildlife Refuge Maui, Hawaii
 
Record
SN00358376-F 20030628/030626231032 (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.