NM FTBL 2004(2) Wild Rivers Road
ID: 6982AF24B000005Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION6982AF CENTRAL FEDERAL LANDS DIVISILAKEWOOD, CO, 80228, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

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

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the rehabilitation and reconstruction of the Wild Rivers Road (Project Number: NM FTBL 2004(2)) located in the Wild Rivers Recreation Area of New Mexico. The project aims to improve a 3.21-mile section of the road by widening the paved surface and enhancing safety features, which will facilitate access to recreational activities such as biking, hiking, and fishing. This federally funded initiative, set aside for Historically Underutilized Business (HUBZone) firms, has an estimated project cost between $5 million and $10 million, with bids due by May 1, 2025. Interested contractors can reach out to Leslie Karsten or Laura Vallejos at CFLAcquisitions@dot.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Transportation, Federal Highway Administration, has issued an Invitation for Bid (IFB) for a roadway construction project at the Wild Rivers Recreation Area in New Mexico, identified as NM FTBL 2004(2). This project, which encompasses the restoration, resurfacing, and rehabilitation of 2.81 miles of roadway, is set aside for HUBZone businesses and includes the replacement of culverts. Bids must be submitted in hard copy by May 1, 2025, with a bid guarantee required. The successful bidder will be determined based on the lowest responsible offer and must comply with various federal regulations, including the Buy American Act and labor wage requirements. Key details include technical training for contractors, insurance responsibilities, and requirements for environmental and safety considerations. The awarding of the contract is contingent on funding availability and the discretion of the Contracting Officer. By encouraging small businesses, particularly those in HUBZone areas, this project aims to enhance infrastructure while promoting economic opportunities in local communities.
    This document outlines the procedures for acknowledging amendments to a federal solicitation (ID: 6982AF24B000005), specifically related to project NM FTBL 2004(2). Contractors must acknowledge receipt of the amendment before the specified deadline to avoid rejection of their offers. Acknowledgment can be done by completing designated sections of the submission form or through separate communication referencing the solicitation and amendment details. The document also describes the amendment's effects on the solicitation's terms and conditions, emphasizing that other aspects of the original solicitation remain unchanged. An important note includes the rescindment of Executive Order 14026 regarding minimum wage for federal contractors, highlighting the need for consultation with the Department of Labor for wage determination guidance. This amendment, effective April 11, 2025, serves to ensure that bidders are informed of crucial updates that could impact their submissions and compliance with federal contracting processes.
    This document is a Cultural Resource Use Permit (Form NM-8151-2) issued by the U.S. Department of the Interior, Bureau of Land Management, to ERO Resources. It authorizes the permittee to engage in limited testing, collection, excavation, and the removal of various cultural resources in the specified geographical area during the effective period from January 24, 2025, to May 1, 2025. Key personnel responsible for project oversight include Kathy Croll as the Field Supervisor and Sean Larmore as the Project Director. The permit outlines several stipulations that govern its use, including compliance with federal, state, and local laws, the requirement for annual reporting of cultural resource work, and that the permit cannot be assigned or modified without prior approval from the State Director. The document emphasizes adherence to established guidelines and reporting practices to ensure responsible cultural resource management. This permit highlights the government's commitment to protecting cultural resources while allowing for controlled research and exploration activities by qualified entities.
    The Bid Opening Summary details the contractor bids for the Wild Rivers Road project (Project Number: NM FTBL 2004(2)), with the bid opening held on May 1, 2025, in Lakewood, CO, conducted by Bid Opening Officer Leslie Karsten. The summary includes three bidders: West Point Contractors, Inc. presented a total bid of $11,261,809.00; McKenzie Construction and Site Development, LLC bid $13,585,594.69; and Steve Manning Construction, Inc. offered $14,680,925.00. The engineer's estimate for the project was $10,122,107.50, highlighting that all bids are subject to verification and noting an amendment dated April 11, 2025. This document serves the purpose of documenting the competitive bidding process for a federally funded project, ensuring transparency and accountability in government procurement.
    The document details the bid tabulations for the Wild Rivers Road project (Project No: NM FTBL 2004(2) and Solicitation No: 6982AF24B000005) by the Central Federal Lands division in Taos County, New Mexico. Bids were opened on May 1, 2025, with three contractors submitting responsive bids: West Point Contractors, Inc. ($8,823,429.00), McKenzie Construction and Site Development, LLC ($9,837,793.94), and Steve Manning Construction Inc. ($10,324,477.00). The project's estimated cost was $7,387,700.00, indicating that all bids surpassed the estimate. Detailed pay items and their corresponding bid amounts are provided for various construction components, including mobilization, site preparation, and pavement work. Both base and optional work schedules were outlined, with West Point Contractors emerging as the lowest bidder for both. The certification signed by contracting officer Leslie N. Karsten confirms the accuracy of the bid tabulation. This document serves as part of the federal contracting process to ensure transparency and accountability in awarding government projects, reinforcing compliance with regulations governing federal funds.
    The Final Hydraulics Report for the Wild Rivers Back Country Byway, prepared by Jacobs Engineering Group for the Federal Highway Administration, outlines hydrologic and hydraulic design recommendations for Phases 2 and 3 of the project. The initiative aims to enhance public access to recreational areas in the Wild Rivers Recreation Area, New Mexico, through roadway and drainage improvements. Key components include the replacement of existing culverts, improvements to roadside surfaces, and erosion control measures. The analysis covers the drainage design criteria, hydrologic assessments of tributary areas, and hydraulic evaluations for culverts and ditches, adhering to federal standards. No floodplain or wetland issues were identified, and water quality will be safeguarded through Best Management Practices (BMPs). Recommendations include the installation of rolled erosion control products and riprap at culvert outfalls, as well as preserving or enhancing existing drainage capacities. This comprehensive report is part of federally funded efforts aimed at improving infrastructure while promoting environmental stewardship.
    The Final Pavement Design Report for the Wild Rivers Back Country Byway, prepared by Yeh and Associates, Inc. for Jacobs Engineering Group, outlines recommendations for rehabilitating approximately 7.73 miles of roadway within the Rio Grande del Norte National Monument in New Mexico. The document details analysis results from previous geotechnical investigations, which included field explorations and laboratory testing of existing pavement conditions. Key findings identified significant pavement distresses, prompting recommendations for full-depth reclamation rather than traditional overlay due to the age and condition of the existing pavement. The proposed construction involves realigning two problematic sections of the roadway, namely the Reverse Curve and Ice Hill, both of which will be upgraded to enhance safety for vehicles and bicycles. The report emphasizes compliance with federal and state standards during construction, including the use of specific materials for hot asphalt concrete pavement. The analysis supports improved roadway grades to mitigate winter ice formation on the Ice Hill segment. The summary indicates that successful implementation will require adherence to engineering specifications and environmental considerations, reflecting the project’s relevance to enhancing public infrastructure while maintaining environmental standards.
    The "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects" (FP-14) is issued by the U.S. Department of Transportation's Federal Highway Administration. Its primary purpose is to provide binding guidelines for constructing roads and bridges under federally administered projects. The document incorporates both U.S. Customary and Metric units and details the regulatory frameworks governing these contracts, including the Federal and Transportation Acquisition Regulations. The specifications are structured into various divisions addressing general requirements, project-specific guidelines, and detailed construction methods for materials and processes like earthwork, pavement, and bridge construction. Key sections cover definitions, bid preparation, contract execution, quality control, and measures to follow during construction. The emphasis is on ensuring compliance, quality, safety, and efficient project delivery. This framework serves as a critical reference for contractors engaged in federal projects, reinforcing the government's commitment to maintaining infrastructure quality and safety standards.
    This government file appears to involve a document signed by Curtis R. Scott and Douglas P. Stewart, PE, related to the Ice Hill Full Reconstruction Area project. The document contains several digital timestamps and references to utility line crossings, indicating procedural and coordination aspects associated with the project. While much of the content is obscured or garbled, the file seems to outline essential phases of the reconstruction, emphasizing compliance with safety and engineering standards. The presence of timestamps suggests that the documentation supports ongoing project management efforts, particularly concerning regulatory adherence and safety precautions. This documentation likely serves as part of a broader federal RFP or grant process, aimed at ensuring accountability and efficiency in public works projects. The emphasis on precise logging of activities and compliance underscores the government's commitment to maintaining high standards in infrastructure improvements.
    The document consists of questions and answers regarding the NM FTBL 2004(2) Wild Rivers Road project, specifically addressing specifications and requirements for contractors during the bidding process. The project references FP-14 for seeding, mulching, and aggregate materials. A contractor inquired about specific seed mixtures and mulch rates, which are directed to relevant subsections of FP-14 and SCR. Another key point raised was a recommendation to use less expensive materials, suggesting the use of Section 302 Minor Crushed Aggregate and Section 403 Asphalt Concrete instead of the specified higher-end materials due to cost concerns; however, the Federal Highway Administration (FHWA) rejected this amendment but indicated that value engineering proposals might be considered post-award. Lastly, the document specifies that contractors must adhere to permits and responsibilities outlined in FAR clauses, with required bid submissions detailed in the solicitation. Overall, the exchange reflects the standard protocol of managing cost-efficiency while ensuring compliance with applicable regulations during federal construction projects.
    The document outlines the questions and answers during the solicitation phase for the "NM FTBL 2004(2) Wild Rivers Road" project, dated April 23-24, 2025. The primary purpose is to clarify project specifications and requirements for contractors interested in submitting proposals for road construction in a park setting. Key topics include the specification adherence to FP-14 standards for materials such as seed mixtures, aggregate base, and asphalt concrete, as well as budget considerations and potential amendment requests to reduce costs. The answers emphasize adherence to existing federal regulations, such as the Federal Acquisition Regulation (FAR), and detail requirements for materials, grading acceptance, quality control personnel, extension of project timelines, and site visit protocols. Additional points of clarification concern potential testing and surveying duties, the management of excavation spoils, materials' compliance with weed-free standards, and the need for signage. The document serves to address contractor inquiries to ensure compliance with federal guidelines and streamline the bidding process, promoting accountability and clarity as the project moves forward. Overall, it emphasizes the importance of adherence to specified standards while maintaining a budget-conscious approach.
    The document appears to consist of multiple digital signatures from Douglas P. Stewart, PE, dated February 20, 2025, indicating the completion of various approvals or validations. Each timestamp reflects a sequence of signatures without any accompanying narrative or context, suggesting it may be part of a bureaucratic process, specifically related to the certification of documents, plans, or proposals relevant to federal or state RFPs. The absence of substantive content or project details limits the scope of analysis, rendering it primarily administrative. This documentation likely serves to confirm participation in a formal process surrounding government contracts, underscoring the importance of compliance and accountability in public sector project oversight. The repetitive nature of the digital signatures implies thorough vetting procedures, critical in grant applications or requests for proposals to ensure integrity in the approval processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    WY FLAP SHE 26(1), Red Grade Road, Phase 1
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY FLAP SHE 26(1) Red Grade Road, Phase 1 project in Wyoming. The objective of this procurement is to rehabilitate, widen, and realign approximately 2.6 miles of Red Grade Road to improve access to the Bighorn National Forest and Bureau of Land Management lands, addressing substandard roadway conditions and safety issues. This project is significant for enhancing infrastructure in mountainous terrain, with an estimated cost range of $10 million to $20 million and construction anticipated to begin in May 2026 and conclude by November 2027. Interested parties can contact Laura Slauter or Kelly Palmer at cflacquisitions@dot.gov for further information.
    WA NP OLYM 115(1) , Repair Storm Damage on Mora Road
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP OLYM 115(1) project, which involves repairing storm damage on Mora Road within Olympic National Park, Clallam County, Washington. The project aims to stabilize embankments using riprap and engineered log jams over a 0.1-mile stretch, incorporating essential construction activities such as erosion control, roadway excavation, and ecological restoration elements like fish passage boulders and log barriers. This initiative is crucial for maintaining infrastructure integrity and environmental health in the park. The estimated contract value ranges from $2,000,000 to $5,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target by Winter 2026. Interested parties can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.
    WA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Wind River Road Slide Reconstruction project (WA FLAP SKAMAN 92135(1)) located in Skamania County, Washington. The project involves the construction of retaining walls, installation and replacement of guardrails, culvert lining, and paving over a 0.3-mile stretch of road, aimed at addressing infrastructure challenges due to a slide. This initiative is crucial for enhancing road safety and infrastructure resilience in the area. The estimated contract value ranges from $5,000,000 to $10,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target for Fall/Winter 2026. Interested parties can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    WY NP YELL 15(3), Madison River Bridge Interim Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NP YELL 15(3) Madison River Bridge Interim Repair project located approximately 5 miles east of West Yellowstone, Montana. This project involves the rehabilitation of a bridge over a length of 0.06 miles, including tasks such as mobilization, construction survey, quality control, earthwork activities, and minor bridge work, all aimed at enhancing infrastructure while adhering to federal safety and quality regulations. The contract is anticipated to be awarded in May-June 2025, with an estimated price range between $250,000 and $700,000, and interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is preparing to solicit bids for the rehabilitation of National Forest Service System Road 221 (ID FS NEZPR117 221(1)) located in Idaho County, Idaho. This project encompasses a comprehensive 29.7-mile rehabilitation effort, which includes pavement preservation, repair, subexcavation, and drainage improvements, with a tentative completion date set for Fall 2026. The estimated contract value ranges from $10 million to $20 million, and proposals will be accepted from a select group of six prime contractors as part of a Multiple Award Task Order Contract (MATOC) for the region. Interested vendors can obtain further details and preliminary plans by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation expected to be released in Winter 2025/2026.
    Sign and Safety Repairs - Metro, North, and South Regions
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the "Sign and Safety Repairs - Metro, North, and South Regions" project in Puerto Rico. This project aims to repair signs, guardrails, and other infrastructure damaged by Hurricanes Irma and Maria across 18 municipalities, with an estimated total cost between $15 million and $25 million. The work includes various tasks such as traffic sign assembly, guardrail installation, and cultural resource protection, emphasizing the importance of restoring critical transportation infrastructure. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically by the specified deadline, with bid documents expected to be available around November 17, 2025. For further inquiries, contact Emily McCleary or C. Shawn Long at EFLHD.Contracts@dot.gov.
    WA FLAP LINCOL 57860(1), Hawk Creek Road Improvements & WA NPS LARO 208(1), Hawk Creek Road Stabilization
    Transportation, Department Of
    The U.S. Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Hawk Creek Road Improvements and Stabilization project in Lincoln County, Washington. This total small business set-aside project involves road improvements and stabilization over a distance of 0.68 miles, with an estimated contract value between $5 million and $10 million. The project is critical for enhancing roadway safety and infrastructure within the Lake Roosevelt National Recreation Area, ensuring compliance with federal regulations, including environmental protections and construction standards. Bids must be submitted in printed form by the specified deadline, and interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.
    ID BOUNDARY 5806(3)B, Riverside Road Improvements B
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Riverside Road Improvements B project (ID BOUNDARY 5806(3)B) located in Boundary County, Idaho. This project involves significant road enhancements over a 1.62-mile stretch, including grading, drainage improvements, and asphalt paving, with an estimated contract value between $5 million and $10 million. The procurement is exclusively open to pre-selected prime contractors under the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC), emphasizing the importance of compliance with federal specifications and environmental regulations. Interested contractors must submit their proposals electronically by the specified deadline, and for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.