Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2003 FBO #0694
SOLICITATION NOTICE

Y -- CO PFH 80-1(1) & 2(2), Guanella Pass Road - Phase 1

Notice Date
10/20/2003
 
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
CO-PFH-80-1(1)-and-2(2)
 
Response Due
12/4/2003
 
Archive Date
2/4/2004
 
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
This project will consist of rehabilitation and reconstruction of Colorado Forest Highway (FH) 80, Guanella Pass on 14.17 kilometers of roadway in Pike and Arapahoe National Forests, Clear Creek and Park Counties, Colorado. Estimated price range is over $10,000,000.00. This project begins approximately 15 kilometers (9.3 miles) north of the town of Grant and continues for approximately 14.2 kilometers (8.8 miles) to the north. The project contains 3 schedules for improvements to Guanella Pass Road and 1 schedule for improvements to the 7th Street Bridge located in the town of Georgetown. Principal work items on the largest schedule include: 14.174 km slope, reference and clearing and grubbing stakes; survey and staking (various); lump sum contractor testing; 11,300 m silt fence; 12,000 m3 watering for dust control; 24.0 ha clearing and grubbing; 78,000 m3 roadway excavation; 1,200 hours slope Scaling Crew; lump sum shoring and bracing; 4,320 m3 placed riprap, various size; 2,650 m3 rock buttress; 3,600 m2 rockery wall; 17,400 m2 mechanically stabilized earth wall, welded wire face; 68,900 t aggregate base; 79,000 m2 aggregate stabilization; 5,900 t superpave asphalt concrete pavement; 5,900 t surface treatment aggregates, various gradation; 152 m3 structural concrete class A; 1,560 m pipe culvert, various sizes; 44 m 4200 mm span precast reinforced concrete box culvert (bottomless), various sizes; 5,655 m Portland cement concrete curb, 450 mm depth; 3,822 m2 simulated stone surfacing (MSE Wall concrete form-liner); 5,140 m guardrail system SBTB; 8,800 m3 placing conserved topsoil; 1,167 ea remove and replant trees and shrubs; 4,457 ea container stock, 20 liter; 13,000 hr flagger; 4,200 hr pilot car; 800 m temporary concrete barrier; lump sum traffic and safety supervisor; along with associated rental equipment, hydraulic seeding and mulching, and pavement markings. Tentative advertisement date is December 4, 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.
 
Place of Performance
Address: Pike and Arapahoe National Forests, Clear Creek and Park Counties, Colorado
 
Record
SN00454642-W 20031022/031020213246 (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  © 1994-2020, Loren Data Corp.