UT FLAP 70131(1), Strawberry Sheep Creek
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: Craig Holsopple) for receipt by close of business (2 p.m. local Denver time) on June 11, 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 $16 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 UT FLAP 70131(1), Strawberry Sheep Creek project in which you performed (as the prime contractor) ditch reconditioning, pulverizing, patching, crack sealing, chip sealing, cut slopes, embankment, rockery/rock embankment slope treatments, reinforced soil slopes, aggregate base course, and paving. 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.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: UT FLAP 70131(1), Strawberry Sheep Creek Strawberry Sheep Creek connector is a 31.9 mile route that connects US-6 to US-40 through the Uinta-Wasatch-Cache National Forest (USFS) in both, Utah and Wasatch Counties, and includes Sheep Creek - Rays Valley Road (FR70051), Unicorn Ridge - Indian Creek Road (FR70042), and West Side Strawberry Road (FR70131). The base Schedule A consists of road widening, reconstruction, asphalt surfacing, drainage, and safety improvements to the unpaved 12.24 miles of Unicorn Ridge-Indian Creek Road (FR70042) between the intersections with Sheep Creek - Rays Valley Road (FR70051) and West Side Strawberry Road (FR70131). Major work elements for Schedule A include widening the roadway to a consistent width and vertical and horizontal alignment changes to correct roadway geometry and improve safety. Construction will generally include cut slopes, embankment, rockery/rock embankment slope treatments, reinforced soil slopes, aggregate base course, and paving. Improvements include clearing roadside vegetation, stabilization of shoulders, drainage improvements, pavement markings, and updating signing. Select pullouts and access road intersections will also be rehabilitated. Significant Quantities of Schedule A: Item Unit Estimated Quantity Clearing and Grubbing ACRE 90 Embankment CUYD 44,500 Reinforcement Geosynthetic SQYD 27,700 RipRap CUYD 540 Rock Embankment CUYD 2,750 Rockery SQFT 8,460 Aggregate Base TON 58,000 Hot-Asphalt Concrete Pavement TON 36,000 Culverts LNFT 3,700 Structural Plate Culvert LNFT 125 Concrete Curb LNFT 5,100 Seeding and Mulching ACRE 50 Option X consists of 7.00 miles of pavement preservation of Sheep Creek - Rays Valley Road (FR70051) from US-6 to the intersection with Unicorn Ridge - Indian Creek Road (FR70042) (start of Schedule A). Construction will generally include ditch reconditioning, patching, crack sealing, and chip sealing the existing pavement surface. Additional improvements include pavement markings and updating signing. Significant Quantities of Option X: Item Unit Estimated Quantity Ditch Reconditioning Mile 6 Subexcavation CUYD 300 Pavement Patching SQYD 4,500 Emulsified Asphalt TON 175 Chip Seal SQYD 101,600 Option Y consists of road rehabilitation of West Side Strawberry Road (FR70131) from the intersection with Unicorn Ridge - Indian Creek Road (FR70042) (end of Schedule A) extending 3.75 miles towards the North. Construction will generally include ditch reconditioning, partial pulverizing and asphalt overlay, and chip seal. Additional improvements include pavement markings and updating signing. Significant Quantities of Option Y: Item Unit Estimated Quantity Subexcavation CUYD 300 Full Depth Reclamation SQYD 28,900 Hot-Asphalt Concrete Pavement TON 5,400 Emulsified Asphalt TON 45 Chip Seal SQYD 52,200 MISCELLANEOUS: Road closures to public traffic are allowed in Schedule A, Unicorn Ridge-Indian Creek Road (FR70042), during a large portion of the construction activities. Access through the closure to USFS permit holders will be required at all times. Due to weather restrictions, on-site construction typically cannot occur until May with a winter shutdown required between 2020 and 2021 construction seasons. Anticipated Schedule Advertise: October, 2019 Award: January, 2020 Notice to Proceed: March 2020 The anticipated cost range is between $12 million and $16 million.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »