Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9, 2001 PSA #2975
SOLICITATIONS

Y -- NV RA LAME 1(5), LAS VEGAS WASH, LAKE MEAD NATIONAL RECREATION AREA, CLARK COUNTY, NEVADA

Notice Date
November 7, 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
NV-PRA-LAME-1(5)
Response Due
December 19, 2001
Point of Contact
Lori Kliethermes, Acquisition Program Specialist, Phone (303)716-2015, Fax (303)969-5971, Email lori.kleithermes@fh wa.dot.gov -- Lori Kliethermes, Acquisition Program Specialist, Phone (303)716-2015, Fax (303)969-5971, Email lori.kleitherme s@fhwa.dot.gov
Description
This project will consist of bridge pier protection, scour protection, and long term stream stabilization on 0.72 kilo meters of roadway for Nevada Project PRA-LAME 1(5), in Lake Mead National Recreation Area, Clark County, State of Nevada. E stimated price range is between $1,000,000.00 and $5,000,000.00. Principal work items include: lump sum major concrete structure survey and staking; lump sum contractor testing; lump sum w atering for dust control; lump sum clearing and grubbing; 4,400 m3 embankment construction; 41,500 m3 structure excavation; lump sum cofferdams; 12,600 m2 roadway obliteration; 1,240 tons placed riprap class 6; 15,750 m3 roller compacted concrete; and heavy equipment, survey and staking, and traffic control associated with this project. PLANS AND SPECS WILL BE AVAILABLE IN BOTH CD-ROM AND PAPER VERSIONS. Tentative advertisement date is October 11, 2001. All bid forms, bid bonds, and other documents required for the bid submittal shall be submitted to FHWA in paper format. Electr onic format for the bid submittal documents will not be allowed. Amendments to this solicitation will be issued in paper fo rmat to all plan holders and will be posted on the website listed in line 18 of this submittal. FOR PRICING INFORMATION ON P LANS AND SPECS OR TO ORDER PLANS AND SPECS, PLEASE SEND E-MAIL TO A&D DRAFT-AID AT THE ADDRESS LISTED IN LINE 20 BELOW OR C ALL A&D AT (303) 573-5757. FOR QUESTIONS CONCERNING PROJECT INFORMATION, PLEASE CALL (303) 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/NV-PRA-LAME-1(5)/listing.html)
Record
Loren Data Corp. 20011109/YSOL010.HTM (A-311 SN512543)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on November 8, 2001 by Loren Data Corp. -- info@ld.com