THIS IS NOT A REQUEST FOR BID – PLANS AND SPECIFICATIONS ARE NOT AVAILABLE.
THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED PRIME CONTRACTORS who are small businesses, HUBZone small businesses, woman owned small business concerns, 8(a) small businesses, or service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation to allow for a set-aside in one of these programs. Interested businesses must submit the following by e-mail to CFLAcquisitions@dot.gov (Attn: Denise Martinez) for receipt by close of business (2 p.m. local Denver time) on June 18, 2025:
(1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor;
(2) A list of all confirmed socioeconomic categories (i.e., 8(a), small disadvantaged business, HUBZone small business, service-disabled veteran-owned small business, EDWOSB, or WOSB status) that apply to your business;
(3) A letter from a bonding agent stating your firm’s capability to bond for a single project of $5 million, and your firm’s aggregate bonding capacity; and
(4) Provide a list of road construction projects of equal or greater value and scope to the CO FLAP LPL 10(1) Lake Nighthorse Access project in which you performed resurfacing, restoration, rehabilitation with both concrete and asphalt, culvert replacement, mobilization, contractor testing and traffic control (as the prime contractor) work. State whether your firm was the prime contractor 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 System for Award Management (SAM) located at https://www.sam.gov/
PROJECT DESCRIPTION:
Lake Nighthorse is located approximately 1.7 miles southwest of the town of Durango along La Plata County Road 210. The terrain is mountainous, with elevations near 7000 feet. The Lake provides access for recreational activities, including fishing, boating, and swimming.
SCOPE OF THE WORK:
The Scope of Work is to improve existing roadway surface from the entrance station to the boat launch area and upgrade the existing parking lot at the Swim Beach Area with a paved surface, all proposed as Schedule A, 3R/3R+. The proposed roadway improvements are to provide a full depth reclamation with cement to a depth of 5 inches and then add a 3-inch overlay of asphalt. The parking lot will receive 4 inches of new aggregate base with a 3-inch overlay of asphalt.
The alignment will follow the existing roadway with some minor alignment adjustments, mostly to accommodate improved ditch conveyance. The profile was adjusted in select areas to raise the grade in the distressed roadway to minimize utility conflicts and lower profile to minimize fill in the FEMA Zone A floodplain.
Full closures of the road and parking lot must be coordinated with CO, considering visitor patterns identified by the City of Durango.
PRINCIPAL WORK ITEMS:
Pay Item Description Quantity
20401-0000 Roadway Excavation 1,700 cubic yards
30202-2000 Roadway Aggregate, Method 2 4,200tons
30502-0000 Full Depth Reclamation with Cement (5-inch depth) 12,000 square yards
40301-0100 Asphalt Concrete Pavement, Type 1 3,200 tons
60421-0000 Hydrodynamic Separator 1 each
61701-4500 Guardrail System MSG, Type 2 Class A Steel Posts 3,300 Linear Feet
63501-0000 Temporary Traffic Control Lump Sum
ANTICIPATED SCHEDULE:
- Advertisement: October 2025
- Award: November 2025
- Notice to Proceed: December 2025
- Construction: March 2026 through October 2026
Due to weather, no onsite work is to occur from early December to late March.
ESTIMATED COST RANGE:
The estimated bid range for Schedule A is between $2,000,000 and $5,000,000.