Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2009 FBO #2871
MODIFICATION

Y -- AZ/NV HPP 93(5) Hoover Dam Bypass Final Roadway Improvements

Notice Date
10/2/2009
 
Notice Type
Modification/Amendment
 
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, Colorado, 80228
 
ZIP Code
80228
 
Solicitation Number
Hoover_Dam_Bypass_Final_Roadway_Improvements
 
Archive Date
10/24/2009
 
Point of Contact
Craig Holsopple, Phone: 7209633350
 
E-Mail Address
craig.holsopple@fhwa.dot.gov
(craig.holsopple@fhwa.dot.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR BID – PLANS AND SPECIFICATIONS ARE NOT AVAILABLE. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED TOTAL HUBZONE, OR SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES TO SET THIS PROJECT ASIDE. (Details Below). Prime Contractors who are HUBZone small businesses, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation MUST submit the following by e-mail to CFLContracts@fhwa.dot.gov or by telefax to 720-963-3360 (Attn: Craig Holsopple) for receipt by close of business (3 p.m. local Denver time) on October 9, 2009: (1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor; (2) A copy of the letter from SBA stating date of HUBZone small business certification or acceptance to the 8(a) small business program. In the case of a Service Disabled Veteran Owned Small Business Concern, you must provide proof of eligibility (DD form 214 or a letter of adjudication from the Veterans Administration). This information must be provided in order to determine eligibility – DO NOT SEND COPIES OF YOUR CCR PROFILE; (3) letter from bonding agent stating your firm’s capability to bond for a single project of $10.0 million, and your firm’s aggregate bonding capacity; and (4) Provide a list of interstate highway type construction projects documenting experience in traffic control, sequencing and phasing, earthwork, HACP production and placement, OGFC production and placement, PCCP production and placement, concrete barrier, parking area electrical system installation, and interstate type interchange lighting, signing, and drainage appurtenance installation. Also include road construction projects that required management of extensive multidisciplinary performance and interrelated construction operations. State whether your firm was the prime contract or subcontractor on the project(s). DO NOT SEND INFORMATION ON PROJECTS THAT DO NOT INCLUDE THE ABOVE WORK. The size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All firms should be certified in the Online Representations and Certifications Application (ORCA) located at https://orca.bpn.gov/ A Qualified HUBZone SBC receiving a HUBZone contract for general construction must spend at least 50% of the cost of the contract incurred for personnel on its own employees or employees of other qualified HUBZone SBCs. This requirement may be met by expending at least 50% of the cost of the contract incurred for personnel on its employees or it may subcontract at least 35% of the cost of the contract performance incurred for personnel to one or more qualified HUBZone SBCs. A qualified HUBZone SBC prime contractor may not, however, subcontract more than 50% of the cost of the contract incurred for personnel to non-qualified HUBZone SBCs. PROJECT DETAILS: This project is located about 30 miles southeast of Las Vegas, Nevada, on US93 within the Hoover Dam Reservation Area and Lake Mead National Recreation Area. The alignment crosses the Arizona/Nevada state line as a US93 Bypass of Hoover Dam. The project consists of Schedule A and Option X. Schedule A includes final roadway improvements along the 4.4 miles of new mainline alignment along with interchange ramps and access roads near each end of the project. Option X, if exercised, includes utilities, sidewalk, surfacing and striping of a parking lot and access road, and aggregate surfacing of a trail. This contract has multiple Notice to Proceeds and varying time periods for gaining access to and phasing portions of the work. Schedule A: Approximately 70% of the project length requires open-graded friction course (OGFC) surfacing over existing hot-asphalt concrete pavement (HACP). The remainder of the project requires minor excavation and embankment to construct subgrade and surfacing at the project tie-ins to existing US93, pavement removal and roadway widening, drainage improvements (new pipe and drop inlet structures, slotted drains, adjustments to existing drop inlets, ditches, and riprap), W-beam and thrie-beam guardrail, wildlife fence, minor Portland cement concrete pavement (PCCP), and placing of aggregate base, HACP and OGFC. The project also includes concrete barriers, signing, and pavement marking throughout the entire alignment, interchange lighting and miscellaneous other work. All work is in accordance with state and interstate design and construction standards. Option X: Work includes excavation and placement of waterline and sewerline conduit, placing aggregate base, HACP and PCCP surfacing, curb, and striping on the pedestrian plaza parking lot and access road, installing an electrical system through the parking lot and in the pedestrian plaza area, and miscellaneous minor work including aggregate surfacing of a trail. Public traffic currently uses existing US93 to access Hoover Dam from Nevada and Arizona, as well as two of the project interchange ramps and access roads near the end of the project causing impacts to construction of the tie-ins at the ends of the project and at the parking lot access road. Traffic delays and lane closures are subject to limitations. Construction sequencing and traffic control will be necessary for work within those areas of public traffic interaction. Access to mainline is anticipated to be at the ends of the project only with strict security requirements within the Hoover Dam Reservation area. Active construction projects are ongoing within the project limits. The Colorado River Bridge project is an integral part of the Hoover Dam Bypass located near the center of the project limits. Access for any work within the designated areas of mainline occupied by the River Bridge contractor is restricted until the second NTP is issued. Access to the parking lot, entrance road and trail is restricted until the third NTP is issued. Coordination and access for the River Bridge Contractor’s operations must be maintained while both projects are under construction. At the Arizona end of the project, an Arizona Department of Transportation project includes grading and surfacing improvements within the project limits and continuing to the south between US 93 Arizona milepost limits 2 and 17. Coordination for construction operations, moving materials and labor within the site, and for use or restriction of the roadways leading to and from the site is required. The work is anticipated to begin in January 2010 and end in December 2010 at the latest. This high-profile project is a critical link to transportation along the US93 corridor and ties in with roadway improvements to the south. Completion of this project removes the bottleneck at Hoover Dam and allows commercial trucking to resume using this section of the route. As such, this contract includes substantial completion incentives for completing the work ahead of the scheduled completion date. Significant disincentive penalties are also included in the contract. Estimated cost $8.0 to $10.0 million
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/Hoover_Dam_Bypass_Final_Roadway_Improvements/listing.html)
 
Place of Performance
Address: This project is located about 30 miles southeast of Las Vegas, Nevada, on US93 within the Hoover Dam Reservation Area and Lake Mead National Recreation Area., Boulder City, Nevada, 89005, United States
Zip Code: 89005
 
Record
SN01979226-W 20091004/091002235408-7da7b9974d6643230b57e1a56aafb967 (fbodaily.com)
 
Source
FedBizOpps 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.