SOLICITATION NOTICE
Y -- CA NPS GOGA 433(1), Point Bonita Lighthouse Bridge
- Notice Date
- 12/20/2010
- Notice Type
- Presolicitation
- 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
- DTFH68-11-R-00004
- Archive Date
- 3/31/2011
- Point of Contact
- Aaron L. Sanford, Phone: 7209633090, Lori T. Kliethermes, Phone: 7209633090
- E-Mail Address
-
cflcontracts@dot.gov, lori.kliethermes@dot.gov
(cflcontracts@dot.gov, lori.kliethermes@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A PRESOLICITATION NOTICE. NO PLANS, SPECS, ETC. ARE AVAILABLE AT THIS TIME. THIS PROCUREMENT WILL BE ADVERTISED ON AN UNRESTRICTED BASIS (FULL AND OPEN COMPETITION). PROJECT DETAILS: The Central Federal Lands Highway Division (CFLHD) of the Federal Highway Administration (FHWA) intends to conduct a Best Value selection process to contract with a qualified Contractor for Construction Manager/General Contractor (CM/GC) services for the Point Bonita Lighthouse Bridge project. CM/GC is a contracting method that involves the contractor in the design process. The intent is to form a partnership with the owner, the designer, and you as the contractor. The focus is on a partnership in which we minimize risk, improve construction schedule, try new innovations, and live within the budget. An important role of the contractor is to help acquire the information to reduce risk. We anticipate that your involvement will help reduce errors in design, improve constructability and meet budget goals. This project is to replace the historic Point Bonita Lighthouse Suspension Pedestrian Bridge in the Golden Gate National Recreation Area. The project site is located just north and east of the Golden Gate Bridge in San Francisco, California, in the Marin Headlands portion of the Golden Gate National Recreation Area. Due to the historic nature of this structure, this bridge replacement will have a similar look as the existing bridge. The structure will be a two-hinged suspension bridge with asymmetrical straight backstays. The structure has a 156' main span with a 55' approach span on the west side, and a 33' approach span on the east side. Access to the bridge site is very restricted. The only land access is along a steep, ½-mile long trail. This trail goes through a tunnel that is only about 6' tall and 4' wide. It is anticipated that helicopter operations will be required to transport equipment and materials to the bridge construction site. Access to the Lighthouse side of the bridge will have to be provided even after the existing bridge is demolished and removed. The US Coast Guard requires 24-hour, 7-days/week access to the lighthouse. Electric lines currently cross the existing bridge to provide power for the Lighthouse. Electric power will need to be maintained by the contractor even after the existing bridge is demolished and removed. US Coast Guard requirements only allow for the power to be turned off for a short period of time. The design of this project is currently only at 30%, but it has been determined that the structure will be built of tropical hardwood and steel suspension cables and attachments. Due to these unique and hard to obtain materials, considerable lead time will be required for ordering, fabrication and delivery of these construction materials. This is a complicated structure that will require an experienced bridge contractor due to the following issues: •· Unique, asymmetrical, and difficult suspension bridge construction •· Extremely sensitive cultural and natural issues associated with this bridge site •· Very difficult site access along a steep trail and through a narrow tunnel •· Need for helicopter operations, or other non-traditional methods, to transport equipment and materials to the bridge construction site •· Unique construction materials such as tropical hardwoods and suspension cables and attachments, which will require advance lead time for fabrication and delivery •· Short on-site construction time of only around 6 months due to environmental constraints. Delays to the schedule can easily force construction into a 6-month or more delay and require multiple seasons to construct •· Handling and disposing of lead paint contaminated bridge members Estimated Construction Cost Range is from $850,000 to $1,300,000 Tentative advertisement date for the Request for Proposals (RFP) is January 7, 2011. PLEASE NOTE: The RFP will be available for download on or after January 7, 2011, from the Federal Business Opportunities (FBO) website at www.fedbizopps.gov. Questions related to the RFP must be submitted to CFLContracts@dot.gov or FAX to (720) 963-3360.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH68-11-R-00004/listing.html)
- Place of Performance
- Address: Golden Gate National Recreation Area, Sausalito, California, 94965, United States
- Zip Code: 94965
- Zip Code: 94965
- Record
- SN02347705-W 20101222/101220234221-5761e96b9b824af102726bb514fc5cf2 (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 |