Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2005 FBO #1179
SOLICITATION NOTICE

Y -- Highway/Bridge Work - Zion Canyon Scenic Drive, UT PRA ZION 11(2), Zion National Park, Washington County, Utah

Notice Date
2/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, CO, 80228
 
ZIP Code
80228
 
Solicitation Number
DTFH68-05-B-00013
 
Response Due
3/31/2005
 
Archive Date
7/1/2005
 
Description
This project will consist of roadway reconditioning, asphaltic surfacing, and drainage improvements on 10.107 kilometers of roadway for the Zion Canyon Scenic Drive Project, UT PRA ZION 11(2) in Zion National Park, Washington County, State of Utah. Estimated price range is between $0 and $3,000,000. This project contains 1 schedule and 3 independent options. Schedule A - 10.107 km on Route 11. Principal work items on the base project include: surveying and staking (various); lump sum contractor testing; 1,300 m silt fence; 1,300 m sediment control log; removal of structures and obstructions (various); 5,600 m2 road reconditioning; 2,000 metric tons aggregate shouldering; 810 metric tons asphalt cement grad PG 64-22; 13,000 metric tons Superpave asphalt concrete type 2 pavement; lump sum materials transfer vehicle; 20 metric tons each fog seal and tack coat; 45,000 m2 asphalt pavement milling; 75,000 m2 foamed asphalt stabilized base course; 1,010 metric tons asphalt binder, grade AC-10; 670 metric tons cement; 35 m pipe culvert (various); 720 m stone curb, type 2; 11.0 m3 Class A masonry; sign installation and resetting; pavement markings, type B; and traffic control. Option X - 0.610 km of roadway on Route 10 including Watchman Overpass improvements. Work items include: 11.0 m2 reinforced concrete retaining wall (various); 100 metric tons asphalt cement grade, PG 64-22; 1,600 metric tons Superpave asphalt concrete, type 2 pavement; 9,000 m2 foamed asphalt stabilized base course; 120 metric tons asphalt binder grade AC-10; 80 metric tons cement; 5.3 m3 structural concrete class A; 535 kg reinforcing steel; 120 m aluminum bridge railing; 30 m concrete guardwall; and additional pavement markings, traffic control, etc. Option Y - Big Bend Overlook parking area. Work items include: 270 metric tons roadway aggregate method 2; 1,140 m2 plain colored Portland cement concrete pavement; 1,610 kg concrete coloring agent; and 165 m temporary fence. Option Z - 1.775 km additional roadway on Route 10. Work items include: lump sum contractor testing; 1.775 km centerline staking; 410 m2 roadway obliteration; 200 m2 road reconditioning; 200 metric tons asphalt cement grade PG 64-22; 3,200 metric tons Superpave asphalt concrete type 2 pavement; 5 metric tons each fog seal and tack coat; 20,000 m2 foamed asphalt stabilized base course; 270 metric tons asphalt binder grade AC-10; 180 metric tons cement; and pavement markings; traffic control, etc. The Government plans to award Schedule A and, depending on funding available, any one of the three options or a combination thereof. Tentative advertisement date is March 1, 2005. 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://www2.eps.gov/spg/DOT/FHWA/68/postdatePrevDays_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 REGARDING SOLICITATION DOCUMENTS, PLEASE CALL (720) 963 3353 or (720) 963-3355. PROJECT RELATED QUESTIONS MUST BE SUBMITTED IN WRITING BY FAX (720) 963-3360, E-MAIL: CFLContracts@fhwa.dot.gov OR POSTAL TO: FHWA, CFLHD, ATTN: LEEANN BUSH, 12300 WEST DAKOTA AVE. SUITE 360, LAKEWOOD, CO 80228. 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 $750,000 with interest at prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. 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: Zion National Park, Washington County, UT, Route 11 and Route 10 including Big Bend Overlook and Watchman Overpass
 
Record
SN00751178-W 20050217/050215211755 (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.