Similar Projects
Tri-Valley School Septic System Upgrades - Denali Borough
Renovation, Infrastructure
Conception
$574,320 CJ est. value
Healy, AK 99743

Healy Spur Road Rehabilitation
Infrastructure
Bidding
$2,500,000 CJ est. value
Healy, AK 99743

Healy Spur Road Rehabilitation
Infrastructure
Bidding
$2,500,000 CJ est. value
Healy, AK 99743

AK NPS DENA 10(49), Polychrome Pass Area Improvements
New Construction
Post-Bid
$20,000,000 est. value
Healy, AK 99755

RFP D/B - Refuge Faunique National Izembek Design Build Services
Renovation, Infrastructure
Post-Bid
$10,000,000 CJ est. value
Healy, AK 99743

Resurface Old Seward Highway From Dimond Boulevard to Dowling Road
Infrastructure
Results
$2,500,000 to $5,000,000 est. value

M/V Lituya Coatings and Preservation
New Construction, Infrastructure
Results
$2,500,000 to $5,000,000 est. value

RFP D/B - CLR049 84 Person Dormitory, Clear SFS, Alaska
New Construction, Infrastructure - 39,856 SF
Post-Bid
$60,000,000 CJ est. value
Nenana, AK 99744

Lombardo Drive - Road Improvements
Term Contract
Results

Residential Wastewater System Installation
New Construction, Infrastructure
Post-Bid
$72,000 CJ est. value
Cantwell, AK 99729

Cantwell Crossing Upgrades
Infrastructure
Results
$186,800 CJ est. value
Cantwell, AK 99729

RFP Construction Manager - Parks Highway MP 315-325 Reconstruction CMGC
Infrastructure
Post-Bid
$500,000 CJ est. value
Cantwell, AK 99729

Coal Creek Road Restoration
Infrastructure
Results
$100,000 to $250,000 est. value
Healy, AK 99743

Moose Creek Bridge Redecking
Infrastructure
Results
$13,750 CJ est. value
Healy, AK 99743

Last Updated 01/09/2023 02:03 AM
Project Title

RFP D/B - AK NPS DENA 10(49), Polychrome Pass Area Improvements

Physical Address View project details and contacts
City, State (County) Denali Park, AK 99755   (Denali County)
Category(s) Heavy and Highway
Sub-Category(s) Bridge, Paving/Reconstruction, Site Development
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected December 2022 , Request For Proposals
Bids Due View project details and contacts
Estimated Value $102,521,522 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Jan 04, 2023 Contract Award Number: 69056723C000008 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: VAYJNMM2KBE5 Contractor Awarded Name: Granite Construction Company Contractor Awarded Address: Watsonville, CA 95076-5123 USA Base and All Options Value (Total Contract Value): $102521522.00 Sol no : 69056722R000006 Project Background The Denali Park Road is a mostly gravel road originally built by the Alaska Road Commission in the 1920s and 1930s. The 92-mile Denali Park Road has a single connection to the road network outside the park, at the park entrance on the eastern boundary, and is typically open to traffic from mid-May to mid-September. As you progress west into the park, the road transitions from paved to rustic to primitive. The first 15 miles of road is a dual purpose, paved facility. The next segment between the Savage and Teklanika rivers is a transition zone where the driving surface changes from pavement to gravel. West of the Teklanika River, the road changes from a uniform width, two lane facility to a variable width, one lane facility. Landslides have impacted Pretty Rocks since at least the 1960s but until recently, only required maintenance every two to three years. During the 1990s, the landslide, which occurs below the roadbed, only caused small cracks in the road surface. However, by 2018 the slumping increased to almost 0.5 inch per day, and then to 3.5 inches per day by August 2020. By August 2021, the rate of movement had increased to more than a foot per day, forcing Denali National Park and Preserve to close the road in this area until a permanent solution is in place. ITO-4 CMGC, Instructions to Offerors AK NPS DENA 10(49), Polychrome Area Improvements The Pretty Rocks landslide is composed of a thick (40- to 80-foot) layer of sediment and ice that is sliding on top of frozen volcanic ash and clay. It flows perpendicular to the Park Road from its head scarp a few hundred feet upslope of the Park Road to its terminus on the valley floor, 1,400 feet downslope. It impacts the width of the road for approximately 300 linear feet. Movement has been most noticeable in the areas at and above the current road grade, but activity continues into the substrate below the road grade and into the naturally deposited material piled up on the river bar below. The frozen volcanic ash and clay is thaw unstable. 1.4 Site Access Offerors may visit the project site via aircraft or via vehicle. No landing of aircraft will be allowed. Vehicle access will be allowed to the Pretty Rocks landslide. Vehicle access will not be possible West of the Pretty Rocks landslide. Coordinate all site visits with the NPS contact below at least one week in advance. Contractors will be required to obtain a Road Access Permit with NPS prior to accessing the Denali Park Road. See SCR 108.01(c) for requirements to obtain this permit. Matt Shaefer Facility Manager Office: 907-683-6407 Matt_Shaefer@nps.gov 1.5 Estimated Cost The project is estimated to cost between $60,000,000 and $75,000,000. THIS PROJECT IS BEING SOLICITED AND AWARDED UNDER FP-14. The FP-14 is FLH's Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects. To view the FP-14 electronically go to: https://highways.dot.gov/federal-lands/specs The FP-14 is a dual unit document with U.S. Customary units being the primary unit shown. Metric equivalents are shown in parenthesis. When submitting proposals, drawings, calculations, and other construction documents, use only U.S. Customary units of measure, unless otherwise stated. I. Project Location. The project work is located approximately 125 miles SW of Fairbanks, Alaska within the Denali National Park. Project Limits. Signs have not been erected to identify the project limits. No Government personnel will be available for show-me tours. Site visits were available during the summer of 2022. II. Pre-proposal Information. General and Technical questions regarding the proposed work for this project will be accepted until closeof-business on October 28, 2022. Questions can be submitted to: plans_spec@dot.gov. Answers to General and Technical Questions will be posted at: https://sam.gov/opp/7cd9705b1ff3427bbb0d105ff885aa75/view Every attempt to respond to questions will be made. However, responses to questions received after the above date may or may not be responded to, at the sole discretion of FHWA. See Subsection 3.2 Offeror Questions in the Instruction to Offers for additional contact information. Physical data. This solicitation includes electronic data listed in FAR Clause 52.236-4, Physical Data and Preliminary DESIGN plan sheets. NOTE: Refer to clauses 52.211-10 and 52.217-7 for information regarding fixed completion dates and exercising of option items. REPS & CERTS. Submit or update Representations and Certifications online at https://www.sam.gov/SAM/ before proposal submittal. For more details, see FAR Provision 52.204-8 Annual Representations and Certifications (see page B-2). If you have previously registered on-line and the NAICS code for this solicitation is different than the code listed in your online file, please note the amended changes on the lines provided in FAR 52.204-8. Requests for technical information. See subsection 3.2 Inquiries in the Information to Offerors (begins on page ITO-1). This solicitation contains a Price Evaluation Factor. In accordance with 13 CFR Subsection 126.613, we will apply a factor of 10 percent to technically acceptable low offer submitted by a large business CMGC, Notice to Offerors Project: AK NPS DENA 10(49), Polychrome Area Improvements NTO-2 CMGC, Notice to Offerors Project: AK NPS DENA 10(49), Polychrome Area Improvements when we also receive a technically acceptable offer from a HUBZone small business; the 10 percent factor does not apply to a technically acceptable low offer submitted by a small business. If the contract is awarded after applying the price preference for HUBZone small business concerns under FAR clause 52.219-4; at least 50 percent of the cost of the contract performance incurred for personnel must be spent on the prime Contractor's employees or the employees of other qualified HUBZone small business concerns. Commencement, Prosecution, and Completion of Work (Apr 1984) Alternate I (Apr 1984) The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than July 19, 2023 subject to such extensions as may be authorized. The time stated for completion shall include final cleanup of the premises. If option X is exercised the fixed completion date will change to August 17, 2023. If option Y is exercised the fixed completion date will change to May 15, 2025. The completion date is based on the assumption that the successful offeror will receive the notice to proceed December 30, 2022. The completion date will be extended by the number of calendar days after the above date that the contractor receives the notice to proceed, except to the extent that the delay in issuance of the notice to proceed results from the failure of the contractor to execute the contract and give the required performance and payment bonds within the time specified in the offer. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 01 - General Requirements, Vehicular Access and Parking, Traffic Control, Temporary Barriers and Enclosures.
Division 03 - Concrete, Concrete Reinforcing, Precast Structural Concrete.
Division 05 - Metals, Structural Steel Framing, Structural Steel for Bridges, Steel Joist Framing, Steel Joist Girder Framing.
Division 07 - Thermal and Moisture Protection, Expansion Control.
Division 09 - Finishes, High-Performance Coatings.
Division 10 - Specialties, Signage, Traffic Signage.
Division 26 - Electrical, Exterior Lighting, Lighting Poles and Standards, Roadway Lighting.
Division 31 - Earthwork, Embankments, Erosion and Sedimentation Controls, Slope Protection, Gabions, Riprap, Special Foundations and Load-Bearing Elements, Driven Piles.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Rigid Paving, Fences and Gates, Retaining Walls.
Division 34 - Transportation, Bridges.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents