MT FLAP DOT 236(2), Winifred North
ID: 69056724B000007Type: Presolicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION690567 WESTERN FEDERAL LANDS DIVVANCOUVER, WA, 98661, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)
Timeline
    Description

    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the MT FLAP DOT 236(2) project, known as Winifred North, located in Fergus County, Montana. This project involves the construction and improvement of approximately 18.6 miles of roadway, with a focus on enhancing surface drainage, stabilizing subgrades, and installing necessary infrastructure such as cattle guards. The project is significant for maintaining and improving transportation infrastructure in the region, with an estimated contract value exceeding $10 million, as recent bids have surpassed the engineer's estimate of $6,350,755. Interested contractors should direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520, with key deadlines and requirements outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Amendment A001 to the solicitation number 69056724B000007, issued by the Department of Transportation's Federal Highway Administration. The amendment, effective July 31, 2024, revises specific contract clauses within the project MT FLAP DOT 236(2) for Winifred North. Key changes include an update to FAR Clause 52.211-10 regarding the commencement, prosecution, and completion of work, mandating that the contractor begin work within ten calendar days of receiving the notice to proceed and complete it by October 31, 2025, unless delays are justified. The amendment emphasizes the necessity for the contractor to conduct market research for subcontracts over the simplified acquisition threshold to ensure compliance with procurement regulations. Furthermore, there are stipulations concerning liquidated damages for delays beyond the specified timeline. The document affirms all other terms and conditions remain unchanged, aiming to clarify and reinforce contractual obligations for the involved parties. This modification is crucial for maintaining the integrity and effectiveness of the contract management process in federal and state transportation projects.
    This document summarizes the bid opening for Solicitation No. 69056724B000007 related to the MT FLAP DOT 236(2) project in Winifred North, held on August 29, 2024. The session, led by Bid Opening Officer Marino Chea, received bids from two contractors: Shumaker Trucking & Excavating with a bid of $11,536,462.30, and Century Companies, Inc. with a bid of $10,530,802.00. The engineer’s estimate for the project was $6,350,755.00, indicating both bids exceeded the estimate significantly, especially that from Shumaker. The bid opening attracted participation from four individuals in person and four online. The document highlights the importance of this project in federal and state contract awards, demonstrating the procurement process transparency and competitive bidding aimed at managing government resources effectively.
    The document primarily highlights a digital signature by Marino Chea dated September 4, 2024, confirming the authenticity of actions or approvals regarding federal government RFPs, grants, and local contracts. Although the document is brief and lacks extensive details, it suggests ongoing administrative processes or formal communications within government operations. The digital signature indicates compliance with electronic documentation standards, which is crucial for transparency and accountability in handling federal and state/local contracts. Overall, the primary purpose appears to validate the signing authority in connection with governmental financial frameworks, emphasizing the importance of secure and verifiable transactions in public sector engagements.
    The document is an Invitation for Bids (IFB) issued by the U.S. Department of Transportation for Project MT FLAP DOT 236(2), named Winifred North, located in Fergus County, Montana. The solicitation outlines the requirements for potential bidders, including bid submission instructions, contract clauses, and special contract requirements governed by FP-14 specifications. The project involves road construction, with a total length of 18.60 miles, and has an estimated price range of $5 to $10 million. Bidders are reminded to submit printed copies only, as electronic bids will not be accepted, and are provided with a detailed bid submittal checklist to ensure completeness. Specific instructions for submitting the Authority to Sign and Bid Bond requirements are included, emphasizing compliance with various FAR clauses. Additionally, provisions for subcontracting plans are outlined, particularly for large businesses. The document is structured with sections including notices, bid schedules, solicitation provisions, and contract clauses, illustrating a comprehensive approach to federal contracting. Overall, this IFB serves to facilitate competitive bidding while ensuring compliance with federal standards and transparency in the procurement process.
    The document serves as a Survey Control Sheet for the MT FLAP DOT 236(2) project, detailing the organization and management of survey control points in Excel format. It outlines the necessary data fields, including Northing and Easting State Plane coordinates, geographic coordinates, elevations, and specific project identification numbers. The project units are specified as International Feet, with adjustments made according to the NAD83 and NAVD88 vertical datum. The survey was conducted in July 2023, with adjustments finalized the same month. The sheet provides instructions for importing and managing data within the Excel workbook, including inputs on sheet naming, data ranges, and the presentation of survey data across multiple worksheets. Additional notes emphasize the importance of precise distance calculations between points, integrating a combined factor for accuracy. The overall purpose highlights adherence to federal standards and systematic record-keeping for effective project execution. This document is crucial for maintaining precise geographic data vital to infrastructure and transportation projects aligned with government RFPs and grants.
    The final geotechnical report for the MT FLAP DOT 236(2) project in Winifred, Montana, evaluates the existing conditions of gravel surfacing and subgrades along approximately 18.5 miles of Secondary Highway 236. The report outlines the project’s purpose, which focuses on improving roadway surface drainage, stabilizing soft subgrades, and enhancing gravel surfacing. Key findings include poor existing surface conditions with significant erosion and rutting, indicating the need for substantial improvements. A total of 47 soil borings revealed varying gravel thicknesses, average surfacing loss since installation, and subgrade soil characteristics. Recommendations entail restoring drainage, addressing identified unstable areas, and potentially incorporating high-performance geosynthetics to enhance road durability while recommending a minimum 9-inch gravel surfacing thickness for projected traffic loads. Addressing historical landslide risks, especially in Claggett Hill, is crucial during any construction work. This report serves as a foundational document for future improvements, ensuring roadway safety and performance standards are met for this essential agricultural corridor, managed by the Montana Department of Transportation.
    The "Grizzly Bear Sightings Log" maintained by Winifred North for fiscal year 2025 documents various grizzly bear sightings across different locations, detailing the date, time, and specific circumstances of each encounter. Each entry includes descriptions of bear activity, such as wandering behavior or presence near waterways, as well as information on who reported the sighting and whether it necessitated calling the Montana Fish, Wildlife, and Parks (FWP) bear specialist due to nuisance concerns. The log serves as an essential tool for tracking bear movements, identifying potential human-wildlife conflicts, and informing wildlife management practices. By comprehensively recording these sightings, the project aims to ensure public safety and facilitate proper response measures for bear interactions, highlighting the balance between wildlife conservation and community awareness. Overall, the document underscores the significance of monitoring bear activities within Montana’s ecosystem and the importance of community reporting in wildlife management.
    The Final Hydraulics Design Memorandum for the Winifred North improvement project (MT FLAP DOT 236(2)), prepared by Robert Peccia & Associates for the Western Federal Lands Highway Division, outlines the design documentation necessary to improve drainage, roadway characteristics, and safety along Montana State Secondary Highway 236. The project spans 18.6 miles and includes subgrade improvements, aggregate surfacing, and the redesign of drainage structures, specifically focusing on culvert replacements at critical drainage crossings, particularly at mile post 31.64. Field assessments identified the adequacy of existing drainage structures, leading to a recommended replacement of the undersized culvert at this location due to erosion concerns. Hydrologic analyses utilize USGS StreamStats data to estimate peak flows, design flood frequencies, and inform the hydraulic design, concluding that reinforced concrete pipes are necessary due to soil corrosivity. Recommendations include installing double 54-inch equivalent diameter reinforced concrete pipe arch culverts to adequately manage the design flow requirements, ensuring impacts to existing utilities are minimized. This memorandum’s comprehensive analyses support the project’s goals to enhance roadway safety and drainage efficiency while complying with federal guidelines, thereby facilitating maintenance and improving traffic conditions.
    The document appears to feature a digital signature from Brent L. Coe, dated July 1, 2024, indicating the completion of a formal process, likely related to federal or state procurement. However, without additional textual context or content regarding the specific request for proposals (RFPs), grants, or project details, a comprehensive analysis of its purpose is limited. From the structure, it can be inferred that the file might be a formal approval or endorsement associated with government contracting procedures. Such documents typically signal compliance with necessary regulations and serve as an official record for grant applications or project solicitations within government frameworks. Further information would be required to delve into specifics such as project scope, objectives, or funding amounts. The concise nature of the signature suggests an administrative procedural step rather than detailed project information.
    The document pertains to the federal Request for Proposals (RFP) regarding the construction and installation of cattle guards as part of a federally funded project in Montana. It includes a series of technical questions posed by prospective bidders concerning specifications and details essential for submitting relevant proposals. Key inquiries include the acceptable size of cattle guards, load specifications (U-54, U-80, etc.), color preferences (green or yellow), the availability of project drawings, and a clarification on a typo regarding the notice to proceed date, which was confirmed to be October 28, 2024. Bidders are instructed to monitor the System for Award Management (SAM) website for updates, submit questions during the advertising period, and follow specific procedures on the site for notifications. The document emphasizes the importance of engaging with the preliminary documents and adhering to the timeline for submitting bids while ensuring that all technical specifications are met. Overall, it aims to assist bidders in preparing accurate and compliant bids for the cattle guard installation project in accordance with federal guidelines.
    The document pertains to the MT FLAP DOT 236(2) project, aimed at providing prospective bidders with preliminary information regarding Cattle Guards and associated work specifications. It outlines various technical inquiries related to the project, such as size specifications (4–12-foot vs. requested 2–24-foot Cattle Guards), load specifications, color preferences, and the availability of project drawings. Additionally, it addresses an apparent typographical error regarding the notice to proceed date, which will be clarified in Amendment A001. Bidders are encouraged to regularly monitor the SAM website for updates on the solicitation release date and advertisement period, ensuring they submit any questions during this time. The document also offers guidance for new registrants facing approval delays in accessing bidder information. Compliance with specific construction standards and material requirements is highlighted, particularly regarding aggregate specifications. The overall purpose of the document is to facilitate a smooth bidding process and ensure all participants have the necessary information to meet project requirements successfully.
    The document pertains to a Request for Proposals (RFP) by the Montana Department of Transportation (DOT) for a project involving the installation of cattle guards. It outlines responses to various technical questions from potential bidders regarding specifications and requirements for the project. Key inquiries include the acceptable dimensions for cattle guards, load specifications, color preferences, and the availability of project drawings. Additionally, clarification is provided on a typographical error regarding the contract timeline and guidance is offered for new bidders facing approval issues. Responses emphasize monitoring the SAM.gov site for updates on solicitation release and adherence to specified standards and conditions outlined in the contract documents. The document underscores the importance of compliance with construction standards and ensures all bidders have equal access to crucial project information.
    The MT FLAP DOT 236(2) document serves as a preliminary set of guidelines for prospective bidders on a project involving the installation and specifications of cattle guards. It outlines various technical inquiries, such as acceptable dimensions, load specifications, and color choices, directing bidders to monitor the SAM.gov site for updates on solicitation releases and to submit questions during the advertisement period. The document also addresses concerns regarding potential typographical errors in contract timelines and provides support for new entities experiencing registration issues. Additionally, it clarifies structural requirements and payment queries related to project specifications. The guidance emphasizes adherence to specific construction requirements while ensuring transparency in bidding processes. Overall, this document underscores the government's commitment to facilitating and managing bids for infrastructure development while maintaining clear communication throughout the solicitation phase.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MT FLAP BOR 2980(1), Sun River Bridge Replacement
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Sun River Bridge Replacement project (MT FLAP BOR 2980(1)) located approximately 50 miles northwest of Augusta, Montana. The project entails constructing a new three-span, 462-foot long precast-post-tensioned girder bridge, along with new approaches and potential demolition of the existing steel truss bridge upon completion. This infrastructure initiative is crucial for enhancing transportation safety and efficiency in the region, with an estimated contract value between $10 million and $20 million, and a tentative completion date set for Fall 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520.
    MT NP LIBI 10 (2), Little Bighorn Battlefield National Monument
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the MT NP LIBI 10(2) project at the Little Bighorn Battlefield National Monument in Montana. This project involves roadway improvements, including grading, drainage, and the installation of asphalt concrete pavement over a length of 0.18 miles, with a focus on compliance with federal highway standards. The initiative is significant for enhancing access to this historically important site while ensuring environmental protection and infrastructure integrity. Interested small businesses must submit their bids in hard copy by the specified deadlines, with an estimated project cost ranging from $2 million to $5 million. For further inquiries, potential bidders can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.
    Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC)
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is announcing a forthcoming solicitation for a Multiple Award Task Order Contract (MATOC) focused on construction work in Idaho, Montana, and surrounding areas. The opportunity includes a sample project for the rehabilitation of the parking area at the Glacier National Park Headquarters, designated as MT NP GLAC P HQ(3), which will be evaluated based solely on pricing, although it will not be awarded or constructed. This initiative underscores the government's commitment to enhancing infrastructure within national parks while adhering to federal and state guidelines for construction projects. Interested contractors are encouraged to visit the project site in West Glacier, Montana, before winter conditions limit access, and should direct technical inquiries via email to the provided address. The MATOC solicitation documents are expected to be available during the winter of 2024/2025, with updates accessible on the SAM site.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Active
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for the Moose Wilson Road Phase 2 reconstruction project located 14 miles north of Jackson, Wyoming. This project involves significant roadway improvements, including grading, asphalt paving, drainage enhancements, and roadway obliteration, with a focus on environmental stewardship and compliance with federal guidelines. The estimated project cost ranges between $10 and $20 million, with a targeted completion date set for Summer 2027. Interested contractors can direct technical inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520, and should note that solicitation documents will be available in Fall/Winter 2024.
    OR FLAP UMATILL 582(1), Mill Creek Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the construction project OR FLAP UMATILL 582(1) on Mill Creek Road in Umatilla County, Oregon. This project involves the replacement of nine deteriorating retaining walls and upgrading the road surface to improve access to the Umatilla National Forest, with a focus on compliance with federal infrastructure standards and seismic design protocols. The Invitation for Bids (IFB) emphasizes full and open competition, particularly encouraging participation from HUBZone Small Businesses, and includes detailed specifications and requirements for bid submissions. Interested contractors can reach out to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information, with the bid opening scheduled for a date specified in the solicitation documents.
    LOLO NATIONAL FORES T - Upper West Fork Fish Creek Trail Bridge Replacement
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking contractors for the Upper West Fork Fish Creek Trail Bridge Replacement project located in the Lolo National Forest, Montana. The project involves the removal and replacement of an existing trail bridge along Trail 101 at milepost 3.1, including structural excavation and the installation of a new bridge, while adhering to specific Resource Protection Measures due to its location in a proposed wilderness area. This initiative is crucial for maintaining infrastructure within the national forest and ensuring safe access for visitors, with an estimated construction cost between $500,000 and $1,000,000. Interested vendors are encouraged to attend a formal site visit on October 17, 2024, and must notify the primary contact, Alisha Knaub, at alisha.knaub@usda.gov by October 15, 2024, to confirm attendance.
    WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the WA ERFO NPS MORA 2022-1(1) project, which involves repairs at Mount Rainier National Park. The primary objectives of this firm-fixed-price construction contract include bank stabilization using rip rap revetment with large woody debris, grading, drainage, and paving, covering a total project length of 0.18 miles. This project is significant for maintaining the integrity of park infrastructure and ensuring safe access for visitors, with an estimated price range between $700,000 and $2,000,000. Interested parties must respond to this sources sought notice by submitting the required form by October 24, 2024, at 1400 PT, and can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information.
    ID BOUNDARY 5806(1), Riverside Road Improvements & ID BOUNDARY 5806(1)B, Riverside Road Improvements B
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Riverside Road Improvements project, identified as ID BOUNDARY 5806(1), located west of Bonners Ferry, Idaho. The project encompasses a range of construction activities including grading, drainage, paving, and bridge construction over a distance of approximately 4.489 miles, with an estimated budget between $10 and $20 million, and a tentative completion date set for Fall/Winter 2025. This initiative aims to enhance access to the Kootenai National Wildlife Refuge while ensuring compliance with federal and state regulations regarding safety and environmental considerations. Interested bidders can direct inquiries to the Western Federal Lands Highway Division at WFL.Contracts@dot.gov or by phone at (360) 619-7520, and are encouraged to monitor the SAM website for updates on detailed solicitation documents expected to be available in winter 2024/2025.
    CO OMAD 300(69) Minuteman Missile Access Road
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the CO OMAD 300(69) Minuteman Missile Access Road project, which involves reconditioning and re-graveling approximately 116.910 miles of access roads utilized by the United States Air Force across Colorado, Nebraska, and Wyoming. The project aims to enhance road maintenance by adding four inches of aggregate surface course and includes specific requirements for roadway reconditioning, temporary traffic control, and compliance with federal construction standards. This initiative is crucial for maintaining essential infrastructure supporting national defense operations. Interested contractors must submit their sealed bids by 2:00 PM on October 16, 2024, with a total project funding amount of $8,650,000, and can direct inquiries to Stephanie Navarro at CFLContracts@dot.gov or Jorey Deml at cflcontracts@dot.gov.