The RFP Database
New business relationships start here

HI ERFO/FTNP HAVO 10(4), Seismic Damage Spot Repairs


Colorado, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 July 9, 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 $5 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 HI ERFO/FTNP HAVO 10(4), Seismic Damage Spot Repairs project in which you performed (as the prime contractor) repairs of seismic damage to a roadway through installation of compacted riprap fill and special rock embankment to plug voids. Experience must also include linear grading, aggregate base, asphalt concrete pavement, and pavement markings to restore the roadway to pre earthquake conditions along with pedestrian bridge installation, rock scaling, guardrail removal and replacement, and repair of historic masonry guardwall.  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: HI ERFO/FTNP HAVO 10(4), Seismic Damage Spot Repairs


This project is located in Hawaii Volcanoes National Park, Hawaii County, Hawaii.  The general scope of improvements is construction of approximately 12 sites damaged during 2018 when the area experiences a period of increased volcanic activity and frequent earthquakes.  The general scope of improvements is construction of approximately 15 miles of a new multi-use trail described as follows: 


• Approximately 12 Seismic Damage spot repairs.
• 1 single span pedestrian bridge approximately 26-30 feet long by 5 feet wide.
• Approximately 3,600 feet of Guardrail removal and replacement
• Approximately 1 location of rock scaling on Chain of Craters Road
• Removal of the existing park traffic counter and installation of a new traffic counter and induction loops at the Park Entrance Station.
• Repair of 1 historic stone masonry guardwall on Crater Rim Drive.


The proposed construction work includes repair of seismic damage through installation of compacted riprap fill and special rock embankment to plug voids. Following repair of the void subgrade the project will include linear grading, aggregate base, asphalt concrete pavement, and pavement markings to restore the roadway to pre earthquake conditions.


The project is located on National Park Service lands.  The contractor will need to take care to insure no disturbance to the land adjacent to the construction limits.  Also, the contractor must utilize machinery with a maximum width of 48 inches, i.e. mini dozers, mini excavators and mini crawler carriers for repair of the paved trail segments identified.    


SIGNIFICANT QUANTITIES
The Base Schedule A includes seismic damage spot repairs at approximately 10 locations throughout Hawaii Volcanoes National Park that are covered under the Emergency Repair Federally Owed roads (ERFO) program.  Principal work for Option X includes seismic damage spot repairs at one location, removal and replacement of guardrail on chain of craters road, repairing and repointing the guardwall on crater rim drive down, rock scaling one location on chain of craters Road, and Post and Cable installation.  Principal work items on Option Y includes the removal and installation of a Traffic Detector System. 
 
Summary of Quantities:
• 20303-1600 Removal of Asphalt Pavement: 5,600 SQYD
• 20304-2000 Removal of Bridge: LPSM
• 20401-0000 Roadway Excavation:  800 CUYD
• 21201-0000 Linear Grading and Roadbed Reconditioning: 0.481 MILE
• 25105-0100 Keyed Riprap, Method A, Class 3: 400 CUYD
• 25201-0000 Special Rock Embankment: 600 CUYD
• 30402-1000 Full Depth Reclamation, Method 1: 6,600 SQYD
• 40301-0100 Asphalt Concrete Pavement, Type 1:  510 TON
• 41801-1000 Asphalt Concrete Pavement Patch, Type 1: 442 TON
• 61702-1500 Guardrail System MGS, Type 2, Class B Steel Posts: 3,200 LNFT
• 63602-6000 System Installation, Traffic Detector System: 1 EACH
• Along with associated traffic control and equipment/flagging, soil erosion control, and survey and staking.


The estimated price range is between $3,000,000 and $5,000,000. The anticipated advertisement date is mid to late October 2019 with construction anticipated from January 2020 through April 2020



Craig Holsopple, Acquisition Program Specialist, Phone 720-963-3350, Fax 720-963-3360, Email craig.holsopple@dot.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP