CA FLAP INY CR2022(1) South Lake Road
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 PRIME CONTRACTORS who are Small Busi... 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 PRIME CONTRACTORS who are Small Businesses, HUBZone small businesses, Woman owned small business concerns, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation to allow for a set-aside in one of these programs MUST submit the following by e-mail to CFLAcquisitions@dot.gov or by telefax to 720-963-3360 (Attn: Ryan Phillips) for receipt by close of business (2 p.m. local Denver time) on April 22, 2019: (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 SAM PROFILE; (3) Letter from bonding agent stating your firm's capability to bond for a single project of $12 million, and your firm's aggregate bonding capacity; and (4) Provide a list of road construction projects of equal or greater value and scope to the CA FLAP INY CR 2022(1) South Lake Road project in which you performed (as the prime contractor) work in mountainous terrain (7,000 feet in elevation or higher) and natural resource sensitive areas. Experience in construction phasing, temporary traffic control, and timely completion of construction is required. State whether your firm was the prime contractor or subcontractor on the project. 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 All firms should be certified in the System for Award Management (SAM) located at https://www.sam.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: CA FLAP INY CR2022(1) South Lake Road Project Location South Lake Road, also designated as County Road 2022, is located in Inyo County, California, and provides access to South Lake, Inyo National Forest lands, several campgrounds, lodges, trailheads, picnic areas, and numerous privately-owned properties. The route begins at the junction with State Route 168, approximately 15 miles southwest of Bishop, and continues 6.9 miles to South Lake. The route is primarily on US Forest Service land (Inyo National Forest), and is maintained by Inyo County. The route is functionally classified as a rural major collector. Facilities along the route are associated with the use of adjacent lands, and the majority of traffic on South Lake Road is related to recreational use in the forest. Scope of the Work The existing South Lake Road is a two-lane paved roadway with varying widths and variable width unpaved shoulders, as well as multiple paved and unpaved pull-offs and intersecting roadways. Roadway shoulder widths are typically narrow or non-existent. The roadway surface is showing signs of deterioration including thermal and block cracking with some areas showing signs of fatigue cracking. The speed limit on the route is currently not posted, with the exception of two locations posted at 25 mph and 15 mph. The entire 6.9 miles is in steep mountainous terrain with narrow roadway bench widths along the majority of the route. There are numerous recreational facilities and parking areas adjacent to the roadway throughout the route. There is heavy pedestrian and bicycle use along portions of the route and the average daily traffic is approximately 800. The proposed road improvements include pulverizing and paving, minor widening, grading, and drainage improvements to 6.9 miles of South Lake Road and adjacent campgrounds and parking facilities. Specific project elements, which would generally follow the existing roadway, include the following: 1) Segment 1: Rehabilitate and widen the first 2.1 miles from the intersection with State Route 168 to the Bishop Creek Lodge and Resort to accommodate a widened, shared-use shoulder. The proposed roadway section for this segment is 28 feet wide with 11-foot lanes and 3-foot shoulders. The existing paved width along this segment varies from 24-27 feet, with a wider bench width. Grading, including cuts and fills, will be required where the proposed section does not fit within the existing roadway bench. Construction of left-turn lanes into the Four Jeffrey Campground is also included in Segment 1. 2) Segment 2: Rehabilitate the next 4.8 miles from the Bishop Creek Lodge and Resort to the end of the project at South Lake. The proposed paved roadway section for this segment is 22 feet with 10-foot lanes and 1-foot shoulders. The existing paved width along this segment varies from 21-26 feet. In general, the original paved roadway width will be maintained, with only minimal widening proposed to maintain a consistent paved width. 3) Drainage improvements in Segments 1 and 2, including the repair or replacement of 2 larger corrugated metal pipes with headwalls. Dewatering will be required at the 2 larger culverts. 4) Improvements to paved and unpaved pullouts maintained by the County. 5) Improvements to paved and unpaved pullouts maintained by the Forest Service, including: • Grading, paving, signing, and striping a bike staging area at a current unpaved informal pullout; • Pulverizing, paving, and striping the dump station at Four Jeffrey's Campground; • Grading, paving, signing, and striping the Tyee Lakes Trailhead • Pulverizing, paving, signing, and striping several existing paved parking areas; and • Pulverizing and paving the boat ramp at the end of South Lake Road 6) Improvements to 4 Forest Service Campgrounds and the South Lake Trailhead parking area. Improvements include pulverizing, paving, striping, signing, roadbed reconditioning with new surface course aggregate, and minor drainage improvements. 7) Slope scaling of existing slopes with unstable rock. 8) Upgrading regulatory/warning signs and guardrails to meet MUTCD guidelines. Items worth noting: • There is narrow bench width throughout Segment 2 with steep slopes and limited work areas. • Large boulders exist within the proposed excavation limits throughout Segment 1 and beneath the pavement throughout the route. • There are steep rock cuts in Segment 2 that require slope scaling in areas with narrow bench widths. • There is high recreation use, parking adjacent to the roadway, and parking shortages near South Lake. Traffic control plans will need to consider methods to prevent parking within active work zones. • There are environmentally sensitive resources adjacent to the road in several locations. • Work along this route will take place within environmentally sensitive areas and will require interactions with the Forest Service, the County, and the travelling public. Full road closures will only be permitted along portions of the route under certain operations. In all other locations, delays due to construction will be limited to a maximum of 30 minutes. Principal Work Items Approximate quantities for major work items: • 15 acres of clearing and grubbing • 8,100 cubic yards of roadway excavation • 725 cubic yards of subexcavation • 4,650 tons of roadway aggregate • 7 miles of full depth reclamation • 17,625 tons of asphalt concrete pavement (superpave) • 2,000 linear feet of pipe culvert (including a 90-inch equivalent diameter arch) • 4,000 linear feet of geocomposite underdrain system • 13,000 linear feet of asphalt curb • 40 hours of slope scaling • 23,375 square yards of furnishing and placing topsoil Anticipated Schedule Advertise: October 2019 Award: December 2019 Construction: January 2020 - October 2020 Funding The anticipated cost range is between $8,000,000 and $12,000,000.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »