Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 11, 2001 PSA #2890
SOLICITATIONS

Y -- HIGHWAY CONSTRUCTION, LAGUNA ATASCOSA, LOWER RIO GRANDE VALLEY, AND SANTA ANA NATIONAL WILDLIFE REFUGES

Notice Date
July 9, 2001
Contracting Office
Federal Highway Administration, Central Federal Lands Highway Division (HPA-16), 555 Zang St., Room 259, Lakewood, CO 80228
ZIP Code
80228
Solicitation Number
FWS & RRP LAAT 10(1), FWA LORI 10(1), & FWA SAAN 10(1)
Response Due
August 23, 2001
Point of Contact
A&D Draft-Aid, 303-573-5757, FAX 303-573-8714
E-Mail Address
Request for plans and specs (office@addraftaid.com)
Description
This project will consist of hot asphalt concrete pavement, bituminous surface treatment, bridge replacement, and rehabilitation on 21.4 kilometers (largest project) of roadway for Laguna Atascosa, Lower Rio Grande Valley, and Santa Ana National Wildlife Refuges in Hidlago and Cameron Counties, State of Texas. Estimated price range is between $1,000,000 and $5,000,000. Principal work items: Lump sum contractor testing, 4335 m3 unclassified borrow, lump sum removal of structures and obstructions, 840 m3 subexcavation, 38,385 metric tons aggregate base21.300 kilometers shoulder reconditioning, 1,890 metric tons roadway aggregate, 6,255 metric tons minor hot asphalt concrete, 3,850 metric tons surface treatment aggregate (various), 430 metric tons asphalt grade AC-15P, 170 metric tons prime coat, 4 each precast, prestressed concrete structural members (various), 41 meters timber bridge railing, 58.8 meters bridge transition railing, and guardrail, riprap, culverts, heavy equipment operators along with associated surveying, staking, fencing, seeding and traffic control. PLANS AND SPECS WILL BE AVAILABLE IN BOTH CD-ROM AND PAPER VERSIONS. Tentative advertisement date is July 24, 2001. 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 the website listed in line 18 of this submittal. FOR PRICING INFORMATION ON PLANS AND SPECS OR TO ORDER PLANS AND SPECS, PLEASE SEND E-MAIL TO A&D DRAFT-AID AT THE ADDRESS LISTED IN LINE 20 BELOW OR CALL A&D AT (303) 573-5757. FOR QUESTIONS CONCERNING PROJECT INFORMATION, PLEASE CALL (303) 716-2015. 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
Information Regarding Solicitation Opportunities (www.cflhd.gov/edi/pna/index.htm)
Record
Loren Data Corp. 20010711/YSOL026.HTM (W-190 SN50R2E7)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on July 9, 2001 by Loren Data Corp. -- info@ld.com