Construction Manager

Unified Business Technologies IncDeath Valley, CA
just now

About The Position

Repair Flood-Damaged Titus Canyon Road - Inyo County, CA and Nye County, NV Project Conditions: The surrounding area is rural with limited staging located at various turnouts along the project roadway. The roadway is closed to the public due to storm damage. Delivery of materials is anticipated to be complicated by rough roadway conditions. The construction site is 85 miles from nearest suppliers, and 10 miles from the nearest lodging facilities (Beatty, NV). Park roads leading to the start of the project will remain open during construction, thus contract activities and logistics must be structured and scheduled to minimize visitor impact. The site requires protective measures to ensure the surrounding area remains undisturbed. The roadway is a historic cultural resource. The anticipated period of performance of 365 calendar days including any potential weather shutdown. There are seasonal/other shutdowns mandated through the construction season due to high temperatures in summer. Winter construction may be required. Period of Performance Construction management services from approximately April 2026 to April 2027. Exact dates of performance have yet to be determined and are dependent upon start of construction activities and the contractor’s construction schedule. The anticipated project schedule is as follows: Construction Contract Award March 2026 Preconstruction Meeting/Site Visit April 2026 Notice to Proceed April 2026 On Site Construction Activities April 2026 Substantial Completion March 2027 Punchlist Activities Complete April 2027 Requirements Project Scope: Titus Canyon is the most popular back-country road in Death Valley National Park. This project will make repairs to the eastern 13.5 miles of Titus Canyon Road between the east boundary gate and the head of the canyon just west of the Leadfield town site. The 97-year-old, 24.7-mile route, of which the easternmost 22 miles were classified as a route suitable only for high clearance/4x4 vehicles, was heavily damaged in both the August 2022 and 2023 storm events. Due to the severe damage, the road currently is impassable for all vehicles larger than a bicycle at multiple locations. Those two storm events produced rainfall that far exceeded previous historic storm events. The most common form of damage was erosional gully cutting from storm runoff running down long lengths of the roadway due to the extremely high flows and inadequate numbers of runoff diversion structures, or diversions that were no longer maintained and thus allowed runoff to concentrate on the roadway. There also were multiple road crossings of wash channels where the high flood flows jumped the wash channels and ran down and cut gullies in long lengths of the roadway. Additionally, the heavy rains destabilized many of the steep slopes above the roadway and generated significant rockfall onto the roadway. On multiple steep sidehill roadway segments, especially in the vicinity of Red Pass, the poorly compacted outboard edge of the roadway was also destabilized by the heavy rains and runoff. In several of these areas the remaining roadway width has been reduced to an unsafe dimension (even for 4x4 vehicles) of 10-foot or less. On the westernmost 8-miles of the road between Leadfield and the canyon mouth where the road was located on the floor of Titus Canyon, the road was totally obliterated by the flood flows and deep deposition of alluvial sand, gravel, and boulders. Program Elements (including but are not limited to): Frequent drain dips (similar to trail water bars) and drainage relief channels will be installed to divert storm water off the road before severe gullying can occur. Wash crossings will be structured so stream flows cross the roadway and does not flow down the road. Both drain dips and wash crossings would be armored with riprap rock to minimize erosional down cutting. On multiple road segments on either side of Red Pass where the road width has been reduced to less than 10-feet by erosion and subsidence, the road will be realigned 1- to 2-feet horizontally into the inboard cut slope so that more of the road is found on solid soil or bedrock. This inboard cut will also serve as a source of rock riprap for armoring of drain dips and wash crossings and reduce the need to import riprap rock.

Requirements

  • Technological knowledge and abilities such as utilizing the PC and accessing the internet to perform technological responsibilities utilizing the CM software management program, use of MS Teams to create and record meetings, make calls and share screens, ability to use Word, Excel, Adobe PDF, MS Project and any other software programs typically utilized for construction management services.
  • Physical abilities: Ability to walk or climb on a daily basis to observe contract performance.
  • Technical knowledge and abilities such as: Ability to read, interpret and understand the Construction Contract, Plans and Specifications.
  • Have knowledge of similar construction work so that the CMR can observe, document and confirm conformance to the contract, plans and specifications.
  • Have completed the Occupational Safety and Health Administration (OSHA) 30-hour construction safety training. knowledge in construction practices including applicable building codes, applicable safety regulations, ability to facilitate, understand and document pre-inspections, inspections during construction and post inspections, and ability to inspect mock-ups.
  • The ability to understand cost estimates broken down at a minimum to prime and subcontractor labor, equipment, materials, overhead and profit and the ability to evaluate proposals broken down to that level. The ability to define and document scope changes either required by the owner or a result of a differing site condition. The ability to understand and document negotiations between the Government and the Construction Contractor for the technical scope requirements, prime and subcontractor labor, equipment, material, overhead and profit. Ability to read and interpret the construction schedule to evaluate and document progress. Ability to evaluate payment requests as they relate to percentages/dollars/activities – services received by the Government that can be paid for.
  • Other requirements: The CM Firm and CMR shall have no conflicts of interest, examples include family members or stock with the associated construction firm. The CM Firm and CMR shall not disclose any information that is procurement sensitive, for example, Government Cost Estimates. The CM Firm and CMR shall maintain ethical behaviors and practices as required by all Government employees and contractors in accordance with FAR Part 3. The CM Firm and CMR shall ensure they are always identified as “Contractors” (non-Government employees) and are solely accountable to the DSC (not Park or Region staff).
  • Limitations: The CM Firm and CMR shall have no authority to accept or reject construction work, authorize changes to terms and conditions of construction contract, obligate Government in any way including, but not limited to, scope, time or money, or instruct or make recommendations to Construction Contractor.
  • CMR must provide Resume Educational degrees, certifications and training Project list Minimum of 3 references (References with associated project names and descriptions so that we can understand the relevance of the past experience and discuss performance with former clients)
© 2024 Teal Labs, Inc
Privacy PolicyTerms of Service