Z--THRO NU Campground Water Renovations
ID: 140P6325B0001Type: Solicitation
AwardedApr 11, 2025
$508.3K$508,317
AwardeeCHAPARRAL CONSTRUCTION, INC. 10939 27D ST SW Dickinson ND 58601 USA
Award #:140P6325C0001
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR NEKOTA(63000)Rapid City, SD, 57701, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINTENANCE OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z1QA)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting bids for the renovation of the water distribution system at the THRO NU Campground in Theodore Roosevelt National Park, North Dakota. The project involves replacing existing underground water lines with a new 4” HDPE line, removing an in-ground water tank, and installing a new above-ground water storage tank, all while ensuring compliance with environmental regulations and maintaining public access. This initiative underscores the government's commitment to enhancing infrastructure within national parks, thereby improving visitor services and environmental stewardship. Interested contractors must submit their bids by January 23, 2025, and can direct inquiries to Joan Brzezinski at joan_brzezinski@nps.gov or call 605-574-0515 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements and specifications for a construction project involving the installation of a 20,000-gallon glass-lined prefabricated tank within a campground, which will remain operational during construction. The project is expected to be completed within 240 calendar days, including allowances for 15 weather days, and adjustments to the schedule can be made without additional costs to the government due to unforeseen weather impacts. The tank specifications detail that it must have a glass-fused to steel coating and an exterior color that blends with the environment. Approved manufacturers include CST Industries Aquastore and others, while alternative materials such as welded steel, stainless steel, and fiberglass tanks may be considered, provided they meet NSF/ANSI 61 certification for potable water and the specified foundation design. The strict adherence to color requirements and operational compatibility is emphasized to ensure environmental blending and structural integrity. Overall, the document serves as a formal Request for Proposals (RFP) for potential contractors, stipulating key functional and aesthetic criteria for the tank installation, reflecting the government’s focus on quality, compliance, and safety in public service projects.
    The document outlines the specifications for the North Unit Campground Water Renovations at Theodore Roosevelt National Park. The project aims to upgrade the existing water distribution system by replacing underground water lines with a new 4” HDPE line, removing an in-ground water tank, and installing an above-ground water storage tank. The work includes demolition, installation, and coordination efforts to manage public access while ensuring compliance with environmental regulations. Contractors are to maintain existing utilities, conduct operations under National Park regulations, and document progress through photography. The project will be executed within 180 days, including allowances for adverse weather conditions. Key requirements include archeological protection measures, construction safety protocols, and structured submittals prior to project commencement. The detailed sections cover the submission process for drawings, bonding, compliance measures, safety plans, and the scheduling of work to minimize public impact, thus emphasizing the responsibility of the contractor to maintain a safe and efficient worksite. This project falls under federal contracting guidelines, illustrating the government’s focus on infrastructure improvement in national parks.
    The document outlines the requirements for a construction project involving the installation of a glass-lined prefabricated tank at a campground, which will remain operational during the work. The specified period for completion is 240 calendar days, inclusive of 15 additional days for weather contingencies. The tank must be a 20,000-gallon unit with a white interior and a Desert Tan or similar earthen exterior, designed to blend into the natural surroundings. A detailed plan set (Sheet C9) features design specifications, and pre-approved manufacturers for the tank include CST Industries Aquastore, U.I.G., American Structures Inc., Central Enamel Co., and U.S.G. Adjustments to the period of performance will be made by the Contracting Officer at no cost to the government if adverse weather affects progress. The document serves as part of a Request for Proposal (RFP), aimed at securing a contractor to fulfill these construction requirements while ensuring compliance with National Park Service (NPS) oversight.
    The document outlines the proposed water line renovations at the North Unit of Theodore Roosevelt National Park, focused on the Juniper Campground. It includes comprehensive construction plans and specifications related to the installation of a new water tank, drainage system, and associated utility lines. Key components include the use of NSF-certified materials, adherence to hydrostatic and leakage testing protocols, and disinfection processes in line with AWWA standards. The construction will involve abandoning and capping existing water lines, establishing new water main connections, and ensuring all work complies with federal, state, and local regulations. The project emphasizes environmental considerations, including the proper handling and disposal of chlorinated water, and outlines structural and utility details to maintain safety and functionality throughout the renovations. Overall, it demonstrates a commitment to enhancing water infrastructure while preserving the natural and historical significance of the park.
    The Theodore Roosevelt National Park NP-NU Campground Project involves a contract for the renovation of the campground water system, focusing on the replacement and installation of a new well pump and associated controls. It also addresses compliance with the Buy American Act and the American Iron and Steel Requirements for a bolted steel water tank. The project includes specific design parameters regarding structural loads and the possibility of abandoning existing water lines. Contractors are permitted to use “or equal” materials and techniques, including fused sections of pipes and alternatives for boring trench work. The document clarifies that the contractor is responsible for both pressure and disinfection testing of the new water line. Overall, the Q&A format facilitates a clear understanding of contractor responsibilities, material specifications, and methods approved by the government, ensuring the project adheres to established federal standards while allowing flexibility in material choices.
    The document presents a Statement of Structural Tests and Special Inspections for the North Unit Campground Water project at Theodore Roosevelt National Park, overseen by the National Park Service. Compliance with Chapter 17 of the 2024 International Building Code has led to the identification of essential inspection and testing requirements, focusing on seismic and wind resistance. Key components include qualifications for inspectors and technicians, as well as a detailed listing of required structural tests and inspections across various construction phases. The report outlines specific protocols for inspections related to steel construction, welding, bolting, concrete, masonry, wood, and soils. Inspections must adhere to the stipulated criteria to ensure safety and structural integrity. Responsibilities are assigned to the Construction Contractor’s Quality Control Supervisor to manage documentation and address deficiencies. This comprehensive framework serves to ensure adherence to regulatory standards, mitigate risks, and maintain structural quality throughout the project lifecycle. The submission aligns with federal requirements for government contracts involving construction and public safety, showcasing an emphasis on rigorous oversight in government-funded projects.
    The National Park Service (NPS) commissioned IMEG to conduct a geotechnical investigation for the proposed construction of a 20,000-gallon above-ground potable water tank at Juniper Campground, Theodore Roosevelt National Park, North Dakota. The report includes subsurface soil analysis, foundation design recommendations, and site grading guidance. Four soil borings were drilled, revealing a stratigraphy that includes Silty Sand, High Plasticity Fat Clay, and more Silty Sand, with the expansive clay deemed unsuitable for direct foundation support. It is recommended that helical piers be used to extend below the expansive clay to ensure structural stability. The report also outlines necessary precautions against groundwater intrusion and provides guidelines for handling structural fill and backfilling. Key recommendations include maintaining a dry subgrade during construction, proper grading to direct water away from the foundation, and considerations for potential seismic activity. Given the recommendation to avoid the use of expansive clay as a backfill material due to its high risk for expansion, this report serves as a crucial document for ensuring the safety and effectiveness of the construction project while adhering to federal guidelines. Proper implementation of these recommendations is emphasized for successful project execution.
    The document is a Submittal List for the National Park Service (NPS) regarding the N. Unit Campground Water Renovations project (PMIS Number: THRO 328089). It outlines the required submissions for various components of the project, categorized by types of documentation, including informative and action-oriented requirements. The list includes specifications for items such as the Accident Prevention Plan, Construction Schedule, Quality Control Plan, and multiple construction details like Concrete Formwork and Electrical Basic Requirements. Each submission category is marked accordingly, indicating whether samples, shop drawings, or certification documents are needed. The structure facilitates a clear overview of the expected project deliverables and highlights the importance of adhering to specified guidelines to ensure project compliance and quality. This document serves as a critical reference for contractors and subcontractors in preparing bids and managing project deliverables in alignment with federal requirements.
    The provided government file appears to be extensively corrupted and unreadable, making it impossible to extract coherent information or identify a specific topic, purpose, or structure. Although it seems to relate to federal RFPs, grants, or state and local RFPs, the content lacks clarity and context due to the overwhelming presence of nonsensical characters and formatting issues. As such, a thorough analysis or summary of key ideas or supporting details cannot be accomplished. If a more accessible or complete version of the document can be provided, a detailed summary could be effectively constructed to elucidate its main topics, key points, and overall purpose in relation to government funding and proposals.
    The document outlines the performance requirements for a construction project, specifically the installation of a 20,000-gallon glass-fused steel bolted storage tank. The work must be completed within 240 calendar days, with provisions for 15 weather days, allowing for potential delays due to adverse weather effects. If such delays occur, adjustments to the Period of Performance (POP) can be made without additional costs to the government. Key specifications for the tank include that it must be white on the inside and Desert Tan or another earthen color on the outside to blend with the environment. Acceptable manufacturers for the tanks are listed, and alternatives like welded steel or fiberglass tanks are permissible if they meet specific criteria, including NSF/ANSI 61 certification for potable water. The document reflects typical government RFP procedures, detailing not only the requirements for the project but also the approval process for alternative products, emphasizing standardization and compliance in public works projects.
    The Theodore Roosevelt National Park project outlines necessary renovations for the campground water system, which includes the installation of a new well pump and various water line upgrades. Key components of the contract stipulate that the contractor will provide a well pump rated at 1.5 HP with 10 gpm capacity and 370 feet total head, using existing chlorine equipment from the pumphouse. Additionally, the project must comply with the Buy American Act regarding sourcing materials like the bolted steel water tank. The government has expressed willingness to consider alternative construction methods, such as borings instead of open trenches where applicable. The contractor is responsible for pressure testing and disinfecting the new water line according to established specifications. Overall, the document serves as a clarification of project specifics, addressing contractor inquiries to ensure successful implementation of necessary water infrastructure upgrades within the park. This comprehensive Q&A format ensures transparency and guides contractors through required compliance and construction protocols in federal contracting processes.
    The document appears to be a corrupted file that contains fragmented data, making it impossible to discern a coherent main topic or purpose. However, within the context of government requests for proposals (RFPs) and grants, such documents typically aim to outline funding opportunities, project requirements, and application processes for federal, state, or local entities. In general, government RFPs detail solicitation of bids from contractors and suppliers for public projects or services, while grants provide financial support for various initiatives. These documents typically include specific criteria for eligibility, guidelines for proposal submissions, evaluation factors, and anticipated outcomes. Due to the corruption and inability to extract meaningful content, the key ideas and structured details—such as project descriptions or funding requirements—cannot be identified. As such, despite this being a crucial type of document in public administration, the integrity of the data must be ensured for effective communication and understanding among all stakeholders involved in proposal submissions and grant applications.
    The document is an amendment to solicitation 140P6325B0001 concerning campground water renovations at Theodore Roosevelt National Park's North Unit. The primary purpose of this amendment is to extend the bid opening date to December 18, 2024, at 11:00 AM Mountain Time and to include a sign-in sheet from a site visit. The amendment outlines the necessary procedures for contractors to acknowledge receipt of this amendment, emphasizing the importance of acknowledgment for the validity of their offers. Bids must be submitted electronically to a specified email address, while also providing call-in information for a conference related to the bid opening. There are no additional changes specified in this amendment. This document serves as an official notification to potential contractors regarding procedural updates necessary for their participation in the bidding process, ensuring compliance with federal procurement regulations.
    The document details Amendment 0002 for the solicitation regarding Campground Water Renovations at Theodore Roosevelt National Park-North Unit. The amendment extends the bid opening date to January 9, 2025, at 11:00 AM Mountain Time, and provides updated call-in information for the bid opening. It requires contractors to acknowledge receipt of the amendment via specified methods to ensure their offers are considered, emphasizing the importance of compliance with submission protocols. Additionally, the amendment updates the Statement of Work concerning specifications for a glass-lined prefabricated tank. The contact for administrative inquiries is Joanie Brzezinski at the National Park Service. Overall, the document serves to guide contractors in the bidding process while ensuring adherence to procedural requirements in public contracting.
    The document is an amendment to solicitation 140P6325B0001 for campground water renovations at Theodore Roosevelt National Park, North Unit. It officially extends the bid opening date to January 14, 2025, at 11:00 a.m. Mountain Time, due to a federal government closure declared by President Biden for a National Day of Mourning on January 9, 2025. Contractors must acknowledge receipt of this amendment by various methods, including directly referencing the solicitation and amendment numbers. There are no other changes to the solicitation, and communications should be directed to Joanie Brzezinski for administrative matters. The document also includes details on submitting bids via email and provides conference call information for the bid opening. This amendment serves to ensure all interested contractors are informed of the updated timeline and procedures for participation in the bidding process.
    This government document details Amendment 0004 to the solicitation for the Theodore Roosevelt National Park's North Unit Campground Water Renovations project. The primary objectives of this amendment include updating the Statement of Work (SOW) addendum dates, removing a specific manufacturer from the list of acceptable vendors, and addressing questions submitted by interested contractors, with responses attached. Additionally, the Department of Labor Wage Determination has been updated. The amendment also extends the bid opening date to January 23, 2025, at 11:00 AM Mountain Time, and provides key contact information for bidders. Contractors are required to acknowledge receipt of this amendment for their bids to be considered valid. Overall, the document reflects essential administrative and procedural updates related to the procurement process for a federal project, ensuring clarity and compliance for potential contractors.
    The document outlines a federal Request for Proposal (RFP) for construction work at Theodore Roosevelt National Park, specifically focused on the renovation of campground water lines. The RFP, identified as 140P6325B0001, invites sealed bids for a firm-fixed price contract, with a project magnitude between $250,000 and $500,000. Interested contractors are required to submit their offers by December 12, 2024, and are encouraged to attend a site visit on November 22, 2024. The anticipated completion period for the work is set for 240 calendar days following the Notice to Proceed, with potential performance starting between late March and May 2025. Key requirements include a bid bond submission, adherence to Wage Rate Requirements (previously known as the Davis-Bacon Act), and registration in the System for Award Management (SAM). Contractors are also reminded to comply with safety standards, policies for utility services, and any required inspections through the Occupational Safety and Health Act (OSHA). The document specifies detailed bidding instructions and terms, emphasizing the necessity for quality assurance and government oversight throughout the contract duration. Additionally, it includes clauses relevant to contract administration, payment procedures, and compliance with federal regulations. The document’s structure systematically presents solicitation details, specific project information, and regulatory requirements to guide prospective bidders throughout the proposal process.
    The National Park Service (NPS) is preparing to issue a solicitation for improvement projects related to the wastewater system at Theodore Roosevelt National Park, specifically targeting the North Unit's Juniper Campground in Watford City, North Dakota. The work will utilize an Invitation for Bids (IFB) procurement method, awarding a firm-fixed price construction contract (Solicitation No. 140P6325B0001). Key tasks include demolishing the existing water storage system, installing a new above-ground reservoir, and replacing sections of the water main affected by river encroachment. The project is projected to take 240 calendar days, starting as early as March 2025, with a budget range of $250,000 to $500,000. A pre-bid site visit will be organized prior to the bid submission deadline, and project-related documents will be published around November 8, 2024. Eligible bidders must register in the System for Award Management (SAM) and possess a Unique Entity Identifier (UEI). This procurement initiative illustrates government investment in infrastructure and resource management within national parks, as well as adherence to established federal contracting protocols.
    Similar Opportunities
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the replacement of waterlines at Mesa Verde National Park, identified as project MEVE 317500. This project involves the construction of water supply facilities, which are critical for maintaining the park's infrastructure and ensuring reliable water access. A site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT at the Mesa Verde Visitor Center, and interested parties must RSVP by December 8, 2025, to participate. For further inquiries, contractors can contact James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking contractors for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3, which involves Horizontal Directional Drilling (HDD) for water transmission pipelines in New Mexico. This construction project, valued between $30 million and $60 million, aims to enhance water supply reliability for the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico, through the installation of 42-inch and 36-inch buried pipelines across various locations. Interested contractors must adhere to stringent quality control and assurance requirements, submit performance and payment bonds, and be registered in SAM, with proposals due by January 28, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.