SOURCES SOUGHT
Y -- CA PFH 112-1(3), South Fork Smith River Road-George E. Tryon Bridge Replacement
- Notice Date
- 4/23/2013
- Notice Type
- Sources Sought
- 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
- CA-PFH-112-1(3)
- Archive Date
- 5/15/2013
- 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 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 April 30, 2013: (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 $8 million, and your firm's aggregate bonding capacity; and (4) Provide a list of bridge construction projects of equal or greater value in which you performed ( as the construction manager and general contracor ) (CMGC) as a construction manager (CM) during the design phase and as the general contractor (GC) during construction. Design experience should include design milestone reviews, assisting design personnel with cost estimates, and providing constructability recommendations (construction methods and schedule) to maximize the cost efficiency and construction feasibility of the project. Upon completion of design, FHWA can exercise the contract options and award the construction portion of the contract based on a fair and reasonable negotiated price. Construction experience should include bridge construction on near vertical river banks, limited construction access due to environmental constraints, multiple agency coordination, handling and disposal of lead paint contaminated bridge members, and maintaining traffic flow during construction. State whether your firm was the prime contract 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 PFH 112-1(3), South Fork Smith River Road-George E. Tryon Bridge Replacement Project Details: This project is for the replacement of the George E. Tryon Bridge located in Del Norte County, along County Road 427 (Forest Highway 112 (FH 112)), also known as South Fork Smith River Road in northwestern California. County Road 427 begins at the intersection with US-199 near Hiouchi, California. The George E. Tryon Bridge is located at milepost 0.4 at the crossing of the South Fork of the Smith River. The construction manager (CM) will act as a construction advisor during the pre-construction phase and as the general contractor (GC) during construction. The CM/GC will participate in the design milestone reviews and provide construction cost estimates throughout the development of design. They will be tasked with assisting the designers with cost estimates and providing constructability recommendations (construction methods and schedule) to maximize the cost efficiency and construction feasibility of the project. Upon completion of design, FHWA can exercise the contract options and award the construction portion of the contract based on a fair and reasonable negotiated price. The existing historic 206-foot long, two-lane, steel, spandrel deck arch bridge was constructed in 1948. The main arch span is 140-foot long. Due to the historic nature of this structure, the County would like the replacement structure to share geometric similarities with the existing bridge. However, based on availability of funds, the County and FHWA are considering two alternatives (1) a three-span 226-foot concrete arch bridge with a 140-foot main span arch on the existing alignment, and (2) a 267-foot single-span steel plate girder on a downstream alignment to allow for staged construction. Construction cost estimates, schedules, and environmental impacts will be the main factors influencing the decision on bridge type. A decision on the preferred bridge alternative is expected in summer 2013 with design progressing on the selected alternative immediately following. Construction manager pre-construction services will be required only for the selected bridge alternative. It is estimated that the deck of the arch bridge would be approximately 226- feet long and 36-feet 4-inches wide, founded on existing rock. The bridge consists of a 140-foot main concrete arch span with dual ribs and one 38-foot approach span on each end of the arch. Girder spans on the arch are anticipated to be 30 feet long. Retaining walls would be required on both ends of the bridge. The temporary structure needed for the arch option is estimated at 305-feet long and 16-feet wide founded on temporary spread footings. It is estimated that the single-span girder alternative would be approximately 267-feet long and 36-feet 4-inches wide, founded on existing rock. Staged construction is assumed for this option. One traffic lane will be required to maintain traffic flow throughout construction with either a temporary bridge or staged construction. Method of maintaining traffic flow will depend upon selected bridge type. Existing roadway alignments at both approaches limit options for both the permanent replacement structure and the temporary structure. Staging areas at the bridge site are limited and access from below the bridge is difficult as the bridge is located on very steep rocky, river banks of a 60-foot deep environmentally sensitive gorge. The South Fork of the Smith River is a designated Wild and Scenic River, which may result in certain restrictions to construction access. Land adjacent to the bridge site is a combination of California State Parks, US Forest Service, and private. Construction of any substructure elements within the river banks is difficult and will likely require the use of specialized excavating equipment, along with drilling and blasting to facilitate rock excavation and removal. Rock anchors will be required to stabilize the rock mass within the skewbacks beneath the foundation for the arch bridge. The existing bridge that will be demolished and disposed by the construction contractor has coated steel-superstructure elements that most likely contain lead paint. All applicable safety regulations will need to be met during the demolition process and disposal of elements containing lead paint. This bridge is located in an extremely sensitive cultural and natural setting. A partial list of threatened and endangered species includes Northern Spotted Owl, Marbled Murrelet, and Coho Salmon. There are potentially historic features and environmentally sensitive areas on adjacent land at both bridge approaches that must also be considered during the construction. The presence of these environmental resources may result in limited operating periods, noise limitations, and other applicable mitigation measures. This is an extremely complicated project that will require a very experienced bridge contractor due to the following issues: Unique, and difficult arch bridge construction on near vertical river banks (If arch option selected). Limitations on construction access from the river due to environmental constraints. Limited staging areas at both approaches. Extremely sensitive cultural and natural issues associated with this bridge site. Multiple agency coordination with the Federal Highway Administration, California State Parks, Del Norte County, and other federal resource agencies. Potential short on-site construction seasons of only around 6 months due to environmental constraints. Potential handling and disposing of lead paint contaminated bridge members. Maintaining traffic flow during construction in a constrained area. It is anticipated that this project will be advertised in May of 2013. The contracting range for this project is between $5 million and $8 million. Construction is currently programmed for 2015. Duration of construction is dependent upon bridge type selected and any timing restrictions resulting from environmental clearance. It is anticipated that if an arch bridge alternative is selected, construction may require two summer construction seasons (2015-2016), but if a girder bridge alternative is selected, construction may be completed in one summer construction season (2015).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-PFH-112-1(3)/listing.html)
- Place of Performance
- Address: Del Norte County, California, 95548, United States
- Zip Code: 95548
- Zip Code: 95548
- Record
- SN03043562-W 20130425/130423235145-ce4c5dd8452e114c2a8b1b56ffb6ace4 (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 |