Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 16, 2001 PSA #2957
SOLICITATIONS

Y -- HIGHWAY CONSTRUCTION #CA SEKI 15(1) & 10(5), ROUTE 180/GENERALS HIGHWAY, TULARE AND FRESNO COUNTIES, CA

Notice Date
October 12, 2001
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, Room 25 9 555 Zang Street, Lakewood, CO, 80228-1010
ZIP Code
80228-1010
Solicitation Number
SEKI
Response Due
November 27, 2001
Point of Contact
Lori Kliethermes, Acquisition Program Specialist, Phone (303)716-2015, Fax (303)969-5971, Email lori.kleithermes@fh wa.dot.gov
Description
This project will consist of 3(R) road rehabilitation and minor drainage on 9.4 km (largest schedule) of roadway for R oute 180 and Generals Highway in Sequoia-Kings Canyon National Park, Tulare and Fresno Counties, State of California. Estim ated price range is between $1,000,000 and $5,000,000. Principal work items on largest schedule include: lump sum contractor testing; 4,500 m3 subexcavation; 84,000 m2 road recond itioning,; 18,300 metric tons hot asphalt concrete pavement class B, grading C or E; 1,200 metric tons asphalt cement; 84,00 0 m2 asphalt pavement milling; 21 each concrete headwall (various sized pipe culverts); 7,200 kg concrete coloring agent; 27 5 meters pipe culvert (various); 230 meters underdrain system; 13,200 meters Portland cement concrete curb; 70 meters stone masonry anchor slab guardwall; 300 hours major equipment operators; 1,700 m2 erosion control mat; along with associated surv eying, staking, fencing, seeding and traffic control. PLANS AND SPECS WILL BE AVAILABLE IN BOTH CD-ROM AND PAPER VERSIONS. Tentative advertisement date is October 25, 2001 (date documents will be available). All bid forms, bid bonds, and other documents required for the bid submittal shall be submit ted to FHWA in paper format. Electronic format for the bid submittal documents will not be allowed. Amendments to this soli citation will be issued in paper format to all plan holders and will be posted on the website listed in line 18 of this subm ittal. FOR PRICING INFORMATION ON PLANS AND SPECS OR TO ORDER PLANS AND SPECS, PLEASE SEND E-MAIL TO A&D DRAFT-AID AT THE AD DRESS LISTED IN LINE 20 BELOW OR CALL A&D AT (303) 573-5757. FOR QUESTIONS CONCERNING PROJECT INFORMATION, PLEASE CALL (30 3) 716-2015 or (303) 716-2080. The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU), has programs to assis t minority, women-owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontractor at any tier. The DOT Bondi ng Assistance Program enables firms to apply for bid, performance and payment bonds up to $1.0 million per contract. The DO T provides an 80% guaranty on the bond amount to a surety against losses. Loans are also available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $50 0,000. For further information and applicable forms concerning the Bonding Assistance Program and/or the STLP, please call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/FHWA/68/SEKI/listing.html)
Record
Loren Data Corp. 20011016/YSOL019.HTM (A-285 SN5105N2)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on October 12, 2001 by Loren Data Corp. -- info@ld.com