(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 $6 million, and your firm's aggregate bonding capacity; and
(4) Provide a list of bridge construction projects of equal or greater value to the Trinity County Bridges Design Build project in which you performed a design-build bridge construction project (as the prime contractor) including professional engineering, right-of-way acquisition, permitting (Clean Water Act Sections 401, 402, and 404; Encroachment Permits; etc), and construction services. Construction experience should include construction of reinforced concrete structures with an open bottom including excavation, embankment, placing aggregate surface, and some minor asphalt pavement at project sites that are small, remote, and with limited construction staging areas. State whether your firm was the prime contract or subcontractor on the project. 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 HPB TRI CR 104(1) Et al, Trinity County HBP Bridges
Project Details: PROJECT DESCRIPTION:
This project is for Design-Build services for the design, demolition, and construction of five bridges in Trinity County, CA. The existing structures are single span, with lengths ranging from approximately 37 feet to 60 feet and widths ranging from approximately 13 feet to 17 feet. The bridges are separated geographically from each other with nearly 100-miles between the most southern site to the most northern sites. All five locations are on rural, mountainous roads.
Bridge ID |
Road Name |
Waterway |
Approximate Latitude/Longitude |
5C-048 |
Coffee Creek Road |
Coffee Creek |
41d07'06.32"N 122d53'39.92"W |
5C-061 |
Ramshorn Road |
Mumbo Creek |
41d08'15.84"N 122d34'10.99"W |
5C-157 |
East Fork Hayfork Road |
North Fork East Fork Hayfork Creek |
40d30'35.35"N 122d59'57.84"W |
5C-187 |
Jordan Road |
Little Creek |
40d37'32.75"N 122d57'38.37"W |
5C-196 |
Coffee Creek Road |
Adams Creek |
41d07'19.02"N 122d55'25.54"W |
The Design-Build contract would be for professional engineering, right-of-way acquisition, permitting (Clean Water Act Sections 401, 402, and 404; Encroachment Permits; etc), and construction services.
The proposed structures are to:
•· Be reinforced concrete;
•· Be open bottom; and
•· Span the waterways and convey the design-year storm event;
Potentially all five structures may be single lane. One of the five may be double lane (one lane in each direction). This determination will be made by the Federal Highway Administration prior to or during the Request for Proposals issuance.
Up to 400 feet of roadway approach work is anticipated on either side of each structure. This work may include excavation, embankment, placing aggregate surface, and some minor asphalt pavement.
SCHEDULE:
The Design-Build solicitation will be done in two phases. A Request for Qualifications is anticipated to be available in August 2015. At least three firms will be short-listed. A Request-for-Proposals will be sent to the short-listed firms in or around October 2015. Award of contract is anticipated to be in or around December 2015. Completion of the Design-Build contract (engineering, right-of-way acquisition, permitting, and construction) is anticipated to be in 2016.
MISCELLANEOUS:
It is anticipated that this project will be advertised in August, 2015 with construction anticipated in 2016. The contracting range for this project is between $4 million and $6