WA FLAP LINCOL 57860(1), Hawk Creek Road Improvements & WA NPS LARO 208(1), Hawk Creek Road Stabilization
ID: 69056725B000004Type: Solicitation
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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Lake Roosevelt National Recreation Area (LRNRA) outlines a Plan of Action for the Inadvertent Discovery of Human Remains or Cultural Items, mandated by NAGPRA and ARPA, for the Realign and Stabilize Hawk Creek Road project. If discovered, all activity within 30 meters must cease. Remains or items should be left in place and secured if their location is known, or collected and documented if found in disturbed soil. Photography of potential human remains is prohibited, but overview photos for relocation are allowed. Immediate contact with National Park Service law enforcement is required for human remains, while the LRNRA Archaeologist/Cultural Resource Program Manager should be contacted for both human remains and cultural materials. Tribal representatives, the Bureau of Reclamation, and the Washington State Department of Archaeology and Historic Preservation will be notified. A specific Plan of Action will be developed in coordination with these parties, covering treatment, transportation, storage, and recording of discoveries to support repatriation claims or archaeological site updates. Activities can resume only under the approved Plan of Action.
    Shannon & Wilson prepared a geotechnical report for the Hawk Creek Road Improvements Project in Lincoln County, Washington, for Jacobs Engineering Group, Inc. The project, located about 13 miles northwest of Davenport, Washington, aims to realign and improve Hawk Creek Road, which serves as the sole access to the Hawk Creek Facilities of the Lake Roosevelt National Recreation Area. The improvements include road widening, hard surfacing, drainage updates, and roadside safety enhancements, necessitating soil nail walls, cut slopes, fill slopes, and culverts. The report details subsurface exploration, laboratory testing, geologic setting, and hazard evaluations, including seismic activity and corrosive soil conditions. It provides geotechnical recommendations for soil nail walls, cut slopes, fill slopes, hydraulic structures, and pavement design, along with critical construction considerations for earthwork, grading, and soil nail wall installation, emphasizing good construction practices and contractor responsibilities for temporary stability and testing.
    This document outlines the Stormwater Pollution Prevention Plan (SWPPP) for the Hawk Creek Road Improvement and Stabilization project in Lincoln County, WA, under the Federal Highway Administration. It details requirements for construction operators to comply with the EPA's 2022 Construction General Permit (CGP) before submitting a Notice of Intent (NOI). The plan includes sections on contact information, site evaluation, federal compliance (Endangered Species Act and Historic Preservation), erosion/sediment controls, pollution prevention, inspections, and turbidity monitoring. The project, involving road realignment and bank stabilization, has an estimated start date of March 1, 202X, and completion by July 31, 202X. It specifies measures for pollutant-generating activities like clearing, grading, and paving, and addresses non-stormwater discharges. The document also details buffer compliance alternatives for protecting receiving waters, particularly Hawk Creek, and includes compliance with ESA Section 7 consultation for Bull Trout.
    The Western Federal Lands Highway Division issued a Notice to Prospective Bidders for the WA FLAP LINCOL 57860(1) & WA NPS LARO 208(1) projects, involving Hawk Creek Road Improvements & Hawk Creek Road Stabilization in Lincoln County, Washington. This solicitation, No. 69056725F000004, details plans to improve access to the Lake Roosevelt National Recreation Area by reconstructing 0.68 miles of Hawk Creek Road. The project includes paving, improving roadway geometry, upgrading drainage, installing guardrails, constructing soil nail retaining walls, and stabilizing banks. Prospective bidders are advised to view the site before October 31st due to potential snow access issues. All technical questions should be emailed to wfl.plans-spec@dot.gov, and general questions to wfl.contracts@dot.gov. A special notice requires all materials to be certified free from noxious weeds, necessitating a fall weed inspection. Solicitation documents will be available on www.sam.gov in Fall 2025; interested parties should monitor the site and use the “Follow” feature for notifications.
    The U.S. Department of Transportation, Federal Highway Administration, is seeking bids for the Hawk Creek Road Improvements & Hawk Creek Road Stabilization project (Solicitation No. 69056725B000004). This total small business set-aside project in Lincoln County, Washington, involves road improvements and stabilization over 0.68 miles, with an estimated price range of $5,000,000 to $10,000,000. Bids must be submitted in printed copy, as electronic bids are not accepted. Key requirements include completing SF 1442, providing a valid bid bond, and submitting "Authority to Sign" documentation. The project follows Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-14, and is expected to be completed by October 6, 2026. Bidders must also comply with various Federal Acquisition Regulation (FAR) provisions, including those related to Buy American requirements, security prohibitions, and certifications concerning arms control treaties, Sudan, and Iran. The DOT also notes its intent to forgo enforcement of certain contract clauses inconsistent with recent Executive Orders from President Trump's administration.
    The Hawk Creek Road Improvements Project aims to upgrade a 15-mile gravel road in Lincoln County, Washington, by improving drainage infrastructure. This memorandum supplements a 2021 report, detailing existing conditions and proposing new drainage features. Key recommendations include replacing twin 36-inch diameter culverts with a single 54-inch diameter CMP culvert, installing shallow ditches with riprap lining, and adding 24-inch diameter CMP culverts at localized low points. A French drain with underdrains is proposed near a wetland. Soil corrosion testing informed the selection of steel gage thicknesses for a 50-year service life. These improvements address increased runoff from paving, enhance roadway protection during storms, and meet design standards for 100-year storm events.
    The document outlines the Hawk Creek Road Improvements & Hawk Creek Road Stabilization project in Lincoln County, Washington, within the Lake Roosevelt National Recreation Area. This federal undertaking, managed by the Western Federal Lands Highway Division for the U.S. Department of Transportation, involves grading, pavement, base, drainage, retaining walls, bank stabilization, and safety features over a 0.68-mile stretch. Key design parameters include ADT projections for 2024 and 2044, and design speeds of 15-25 MPH. The project adheres to FP-14 Standard Specifications and includes detailed plans for erosion control, traffic management, and structural elements like soil nail retaining walls and riprap for bank stabilization. The plan also details the removal and resetting of fences and guardrails, along with specific quantities for various construction items.
    The document outlines the planned improvements and stabilization of Hawk Creek Road in Lincoln County, Washington, under federal project WA FLAP Lincoln 57860(1) and WA NPS LARO 208(1). It details the construction activities, including grading, pavement, drainage, and the installation of safety features following federal highway specifications. Key components include a bank stabilization plan, soil erosion control, drainage systems, and traffic management measures to ensure the roadway's integrity and safety for projected traffic increases (ADT 2024 and 2044). Prepared by Jacobs for the U.S. Department of Transportation and the National Park Service, the preliminary plans serve as a foundational guide for contractors and stakeholders, emphasizing environmental considerations through stabilization techniques, such as employing willow pole cuttings and root wads. This initiative reflects governmental efforts to enhance public infrastructure while maintaining ecological balance and safety standards.
    The Western Federal Lands Highway Division issued a Notice to Prospective Bidders for the WA FLAP LINCOL 57860(1) & WA NPS LARO 208(1) project, encompassing Hawk Creek Road Improvements & Stabilization in Lincoln County, Washington. This project aims to enhance access to the Lake Roosevelt National Recreation Area by reconstructing 0.68 miles of Hawk Creek Road with a 24-foot paved surface, improving roadway geometry, upgrading drainage, installing guardrails, constructing soil nail retaining walls, and stabilizing banks. Preliminary plans are available to aid bidders, who are encouraged to view the site before October 31st due to potential snow access issues. Technical questions should be emailed to wfl.plans-spec@dot.gov, and general questions to wfl.contracts@dot.gov. A special notice requires all materials to be certified free from noxious weeds and invasive plants, necessitating a fall weed inspection. Solicitation documents will be released in winter 2024/2025 on www.sam.gov.
    The Western Federal Lands Highway Division has issued a notice to prospective bidders for the improvement and stabilization of Hawk Creek Road in Lincoln County, Washington, referenced under Solicitation No. 69056725F000004. The project aims to enhance access to the Lake Roosevelt National Recreation Area, with a specific focus on reconstructing a 0.68-mile segment of Hawk Creek Road. Key project elements include paving the road, upgrading roadway geometry, improving drainage facilities, installing guardrails, and creating soil nail retaining walls for bank stabilization. Bidders are advised to inspect the site in fall, considering potential snow cover during the solicitation period. Additionally, all materials used in the project must be inspected for noxious weeds, requiring contractors to arrange inspections this fall. Solicitation documents will be available in winter 2024/2025, and all interested parties are encouraged to monitor the SAM website for updates. This notice underscores the federal commitment to infrastructure development and compliance with environmental standards.
    The WA FLAP LINCOL 57860(1) and WA NPS LARO 208(1) projects, located 30 miles NW of Davenport, Washington, involve Hawk Creek Road improvements and stabilization over 0.68 miles. The estimated cost is between $5 and 10 million, with a tentative completion in Summer/Fall 2026. The scope of work includes earthwork, grading, base, paving, drainage, soil nail retaining walls, and guardrail. Key tasks involve construction survey and staking, quality control, erosion and sediment control, clearing and grubbing, removal of structures, excavation, slope reinforcement, aggregate and base courses, asphalt concrete, minor concrete structures, culverts, catch basins, underdrains, gutter installation, guardrail, fence work, rental equipment, general labor, topsoil, turf establishment, planting, erosion control products, permanent and temporary traffic control, and environmental mitigation.
    The WA FLAP LINCOL 57860(1) and WA NPS LARO 208(1) projects involve extensive Hawk Creek Road improvements and stabilization, located 30 miles northwest of Davenport, Washington. This 0.68-mile project, estimated to cost between $5 and $10 million, has a tentative completion date of Summer/Fall 2025. The scope of work includes earthwork, grading, base, paving, drainage, soil nail retaining walls, and guardrail installation. Key components involve construction survey and staking, quality control, contractor sampling and testing, and construction schedules. Earthwork covers clearing, grubbing, removal of structures, excavation, and unclassified borrow. Slope reinforcement features riprap, contractor-designed retaining walls, and soil nail retaining walls. Aggregate and base courses include minor crushed aggregate, while asphalt pavements involve asphalt concrete. Incidental construction encompasses minor concrete structures, culverts, catch basins, underdrains, gutters, guardrails, gate and fence removal/reset, topsoil, turf establishment, and planting. Environmental mitigation, permanent and temporary traffic control measures, and pavement markings are also specified. This comprehensive project aims to upgrade and stabilize Hawk Creek Road, addressing various infrastructure and environmental aspects.
    The Hawk Creek Road Improvement and Stabilization project aims to enhance and stabilize Hawk Creek Road, located approximately 30 miles northwest of Davenport, Washington. The scope includes earthwork, grading, paving, drainage, soil nail retaining walls, and guardrail installation over a project length of 0.68 miles, with an estimated cost between $5 and $10 million, targeted for completion in Summer/Fall 2025. The project is structured into multiple divisions: - **Division 150** includes requirements for construction survey, quality control, and erosion control. - **Division 200** focuses on earthwork tasks such as clearing, excavation, and embankment. - **Division 250** pertains to slope reinforcement through riprap and retaining walls. - **Divisions 300 to 600** cover aggregate, asphalt pavement, incidental construction tasks, including culvert installation, traffic control measures, and environmental mitigation procedures. Overall, this document outlines the technical specifications needed to solicit bids and manage construction efficiently, reflecting the project’s significance in infrastructure improvement funded through federal and state initiatives. Compliance with regulations and quality assurance throughout the construction process is emphasized.
    The WA FLAP LINCOL 57860 (1) and WA NPS LARO 208(1) projects,
    Jacobs Engineering Group Inc. prepared the Hawk Creek Road Stabilization Hydraulic Report, Revision 02, for the U.S. Department of Transportation, Federal Highway Administration, Western Federal Lands Highway Division (WFLHD), and the National Park Service (NPS). The project addresses 10 feet of erosion over 10 years on Hawk Creek Road by realigning 400 feet of roadway 10 feet to the north and stabilizing 275 feet of streambank using riprap and large wood. The design accounts for Hawk Creek's unique hydrology, influenced by Lake Roosevelt's backwater effects and a 30-foot waterfall upstream. Hydrologic and hydraulic analyses, including HEC-RAS modeling, informed scour evaluation and riprap sizing (24-inch median size, 4-foot thick Class-VII riprap keyed in 5 feet deep). Large wood features with rootwads (12-36 inch diameter, 16 feet long) will be installed with mechanical anchoring for logs over 30 inches DBH to provide scour protection, flow deflection, and habitat complexity. The project aims for an effective, reliable, and easily maintained stabilization solution sensitive to the natural setting, with long-term ecological benefits and no adverse impact on the FEMA SFHA Zone A or fish passage.
    The document provides detailed offset and baseline alignment data for a clearing limit, identified as ALI_MAIN_01, crucial for surveying and construction projects. It contains two main sections: one for the
    The document is a
    The “Quantities Report by Named Boundary” provides a detailed breakdown of material quantities for "Approach 02," likely related to a civil engineering or construction project within a government RFP, federal grant, or state/local RFP context. The report, generated on October 9, 2025, at 12:19:42 PM, lists various material counts, lengths, top sloped areas, and volumes in feet, square feet, and cubic feet. Key quantities include fill (2715.359), cut (1441.724), pavement layers, and existing topsoil. It also details volumes for cut (2201.746) and fill (4915.379), alongside linear measurements for elements like lane lines, edge of pavement, and centerlines. This report serves as a critical document for estimating materials, planning, and cost analysis for the defined approach.
    The "Quantities Report by Named Boundary," generated on October 9, 2025, details various material quantities in feet, square feet, and cubic feet for a section identified as 10+30 to 14+30. The report itemizes lengths, top sloped areas, and volumes for numerous materials. Key quantities include significant volumes for Cut (26789.564 volume, 58442.76 top sloped area) and Fill (8322.384 volume, 9585.81 top sloped area). Pavement layers, wedge layers, and sidewalk layers are also detailed with lengths and top sloped areas. Additional components listed with specific lengths include Baseline, Exist Ground, Ditch, Riprap, and various lane lines and centerlines. The report also notes quantities for Stream Restoration, GeoComposite Drain, and Ordinary High Water. This document appears to be a technical breakdown of material estimates, likely for a construction or infrastructure project within a government RFP, federal grant, or state/local RFP context, providing essential data for planning and costing.
    The "Quantities Report by Named Boundary" provides a detailed breakdown of material counts, lengths, top sloped areas, and volumes for various construction elements. Created on October 9, 2025, the report uses units of feet, square feet, and cubic feet. It lists numerous items such as "Cut," "Fill," "Pavement Layers," "Soil Nail Walls," "Exist Topsoil," "Wedge Layers," "Curb Top," "Guardrail," and "Baseline," among others. The report presents specific numerical values for each material and category, indicating quantities related to excavation, paving, and structural components. This document is crucial for project planning, cost estimation, and material management in government construction or infrastructure projects, likely supporting federal, state, or local RFPs by detailing the scope and material requirements of a given work segment.
    This government file outlines the “HAWK CREEK ROAD” project, WA NPS LARO 208(1) and WA FLAP LINCOL 57860(1), which involves significant roadway improvements and stabilization work. The project encompasses detailed plans for soil erosion control, drainage, traffic management, safety features, and retaining walls, as indicated by the comprehensive bid schedule. Key activities include extensive excavation, various methods of riprap placement, installation of a soil nail retaining wall, asphalt concrete paving, and the construction of culverts and drainage systems. The project also specifies measures for bank stabilization using root wads and willow pole cuttings, along with detailed plans for rolled erosion control products on slopes. Geographic information is provided through a vicinity map and plan-profile sheets, detailing alignment, elevations, and specific construction limits for Hawk Creek Road and associated channels. The overall purpose is to enhance road infrastructure, stabilize creek banks, and implement robust erosion control within the Lake Roosevelt National Recreation Area.
    The document comprises two engineering reports: a Horizontal Alignment Review Report and a Vertical Alignment Review Report, both created on August 18, 2025, for a project named "Design SurvFt." The reports detail the geometric characteristics of an alignment identified as ALI_APPR_01 for horizontal data and PRO_APPR_01 for vertical data. The Horizontal Alignment report outlines linear and circular elements with stations, coordinates, tangential directions, lengths, radii, and other curve parameters. The Vertical Alignment report specifies linear and symmetrical parabolic elements with stations, elevations, tangent grades, lengths, and parabolic curve constants. Both reports provide precise measurements and calculations, crucial for design and construction in federal government RFPs, grants, or state/local RFPs where detailed infrastructure planning is required.
    The Horizontal and Vertical Alignment Review Reports for the Design SurvFt project, created on August 18, 2025, detail the geometric characteristics of the ALI_APPR_02 horizontal alignment and PRO_APPR_02 vertical alignment. The horizontal alignment includes linear and circular elements, specifying stations, coordinates, tangents, and curves with their respective radii, deltas, and lengths. The vertical alignment outlines linear and symmetrical parabolic elements, providing stations, elevations, grades, and lengths. Both reports use feet as the unit of measurement and are crucial for understanding the design specifications of the approach alignments within the project.
    The "Horizontal Alignment Review Report" and "Vertical Alignment Review Report" detail the geometric design of an alignment named ALI_APPR_03, part of the "Design SurvFt" project. The horizontal alignment includes linear and circular elements, specifying stationing, coordinates, lengths, directions, and curve parameters like radius and delta. The vertical alignment, PRO_APPR_03, comprises linear segments and symmetrical parabolas, outlining stationing, elevations, grades, and curve characteristics such as length, entrance/exit grades, and K-values. Both reports, generated on August 18, 2025, provide precise engineering data for the approach alignment, crucial for construction and design validation in federal and state infrastructure projects.
    The provided document contains two reports: a Horizontal Alignment Review Report and a Vertical Alignment Review Report, both created on August 18, 2025, for a project named "Design SurvFt." These reports detail the alignment specifications for a design file, likely related to infrastructure or civil engineering projects. The Horizontal Alignment report outlines linear elements with specific stationing, northing, easting coordinates, tangential directions, and lengths for alignment "ALI_HYDR_02." The Vertical Alignment report, also for "ALI_HYDR_02" but using vertical alignment "PRO_HYDR_02," provides stationing, elevation, tangent grades, and tangent lengths for linear elements. Both reports indicate all units are in feet and are crucial for understanding the precise geometric design of the specified alignment.
    The "Horizontal Alignment Review Report" and "Vertical Alignment Review Report" detail the design specifications for a project named "Design SurvFt," focusing on the ALI_HYDR_01 alignment. The horizontal alignment report outlines a complex path with various linear and circular elements, including specific stationing, northing, easting, tangential directions, lengths, radii, and delta angles, indicating changes in direction. Key points of curvature (PC), tangency (PT), and horizontal point of intersection (HPI) are meticulously documented. The vertical alignment report complements this by providing stationing and elevation data for the PRO_HYDR_01 vertical alignment, detailing linear elements with tangent grades and lengths. Both reports are crucial for federal government RFPs, grants, and state/local RFPs, ensuring all alignment parameters are precisely defined for project execution and compliance.
    This document presents a Horizontal and Vertical Alignment Review Report for the "Design SurvFt" project, created on August 18, 2025. It details the precise geometric specifications for a roadway or similar linear infrastructure, outlining both horizontal and vertical components. The horizontal alignment, named ALI_MAIN_01, consists of a series of linear and circular elements, providing stationing, northing, easting, tangential directions, lengths, radii, and delta angles. The vertical alignment, PRO_MAIN_01, complements this by detailing elevation changes using linear segments with specified tangent grades and symmetrical parabolas with entrance/exit grades and lengths. All measurements are in feet, crucial for precise engineering and construction planning. This comprehensive report serves as a foundational technical document for project design and execution.
    The "Horizontal Alignment Review Report" for the "Design SurvFt" project, created on August 18, 2025, details the geometric specifications of an alignment named "ALI_ROW_01." This report, critical for federal and state/local RFPs related to infrastructure design and construction, meticulously outlines a series of linear and circular elements. It provides precise stationing, northing, and easting coordinates, along with critical geometric parameters such as tangential directions and lengths for linear sections, and radius, delta, length, and tangent information for circular curves. The alignment progresses through various turns, indicated by changes in tangential directions and delta angles (e.g., "Right" or "Left"), with detailed calculations for each curve. This comprehensive review ensures accuracy and compliance with design standards for the horizontal alignment of the project.
    This Superelevation Data Report, created on August 19, 2025, details cross slope percentages and transition types for road sections, likely for a federal, state, or local infrastructure project. The report is organized into sections, such as "Super_Shift_1-1" and "Super_Shift_2-1," each specifying data for both the left and right lanes. For each lane, it lists stations, corresponding cross slopes, point types (e.g., Undefined, Full Super, Normal Crown, Reverse Crown), and transition types (primarily Linear). All measurements are in feet. The data indicates varying superelevation conditions along the roadway, with cross slopes ranging from significant positive and negative percentages (e.g., 6.00% to -6.00%) to normal crown and reverse crown configurations. This report is crucial for understanding the geometric design of the road, particularly concerning banking on curves, which is vital for safety and drainage in transportation infrastructure projects.
    The document outlines a process for transferring Survey Control point lists from Excel to Excel plan sheets, specifically for the Hawk Creek project. It details common sheet information like designer and checker, project details (WA FLAP LINCOL 57860(1), WA NPS LARO 208(1)), and instructions for adding and numbering sheets. The file specifies that Survey Control point lists will appear on the sheet, with a maximum of 40 rows per table and data starting in column A. It provides instructions for adding new data tabs and copying existing plan sheets. The project, Hawk Creek, involved field work and final adjustment in September 2021, using US Survey Foot units and the NAD83 (2011) Washington North Zone coordinate system with NAVD 88 vertical datum. It includes a mean project combined scale factor and details on how to calculate ground distances. Key points, such as TGT1, BASE, and TGT20, were established using NGS OPUS with specific CORS ARP base stations, while other monuments were located using RTK procedures. The document lists several survey control points with their state plane and geo-coordinates, elevations, and descriptions.
    The Stormwater Pollution Prevention Plan (SWPPP) outlines requirements for the Hawk Creek Road Improvement and Stabilization project in Lincoln County, WA, sponsored by the Federal Highway Administration. The plan ensures compliance with the U.S. Environmental Protection Agency's 2022 Construction General Permit (CGP). Key elements include project details, responsible parties, site evaluation, and compliance with federal requirements such as the Endangered Species Act and Historic Preservation. The SWPPP addresses erosion and sediment controls, pollution prevention, and inspection procedures for construction activities like repairing eroded banks, realigning the road, and reconstructing driveways. The project, spanning 3.1 acres, includes phases from March 202x to July 202x, with stabilization measures and stormwater control removals scheduled accordingly. Special attention is given to the 50-foot buffer along Hawk Creek due to the project's location, and a Section 7 consultation concluded "Not Likely to Adversely Effect" for Bull Trout. The plan also details authorized non-stormwater discharges and specific perimeter controls like silt fences and fiber rolls to prevent sediment track-out.
    The document details the "HAWK CREEK ROAD IMPROVEMENTS & HAWK CREEK ROAD STABILIZATION" project, specifically focusing on "HAWK CREEK APPROACH 01" and its cross-sections (XS.1, XS.2, XS.3). The files, dated August 11, 2025, and September 21, 2022, from the FHWA Office of Federal Lands Highway, present detailed grading and subgrade information for various stations along the road, including 100+00.00, 100+25.00, 100+50.00, 100+50.12, 100+75.00, 100+93.70, and 101+00.00. Key data points include designed grade, subgrade, and original ground elevations, along with slopes and offsets. The project is identified by NPS Drawing No. 606/149761, NPS PMIS No. 233055, and project numbers WA NPS LARO 208(1) and WA FLAP LINCOL 57860(1). The document provides critical engineering specifications for the road improvement and stabilization efforts.
    The document details cross-section diagrams for the Hawk Creek Road Improvements & Hawk Creek Road Stabilization project, specifically for the Hawk Creek Approach 02. It presents multiple cross-sections, designated as XS.1, XS.2, XS.3, and XS.4, at various stations including 200+20.00, 200+25.00, 200+50.00, 200+64.13, 200+75.00, 201+00.00, 201+25.00, 201+26.54, 201+50.00, 201+75.00, 202+00.00, and 202+13.51. Each cross-section illustrates the existing original ground, proposed subgrade, and design grade elevations, along with slopes and horizontal distances from the centerline. The project is managed by the FHWA, Office of Federal Lands Highway, with NPS Drawing No. 606/149761 and NPS PMIS No. 233055. This file likely serves as a critical component in federal government RFPs or grants for infrastructure development.
    This government file, likely part of an RFP or grant, details the "HAWK CREEK ROAD IMPROVEMENTS & HAWK CREEK ROAD STABILIZATION" project. Specifically, it provides detailed cross-section diagrams for "HAWK CREEK APPROACH 03" at various stations: 300+00.00, 300+09.68, 300+25.00, 300+36.26, 300+50.00, 300+75.00, and 300+92.86. Each diagram illustrates the existing original ground, proposed subgrade, and designed grade elevations, along with slopes and various measurements. The project is identified under NPS Drawing No. 606/149761, NPS PMIS No. 233055, WA NPS LARO 208(1), and WA FLAP LINCOL 57860(1). The documents were prepared by FHWA, Office of Federal Lands Highway, with revision dates of August 11 and August 18, 2025. This file provides critical engineering and topographical data for the road improvement and stabilization effort.
    This government file details cross-section diagrams and related data for the Hawk Creek Road Improvements and Hawk Creek Bank Stabilization project (NPS PMIS No. 233055, WA FLAP LINCOL 57860(1)). The document includes survey data, design grades, subgrades, and original ground elevations at various stations (20+00.00, 20+50.00, 21+00.00, 21+50.00, 22+00.00, 22+50.00, 22+63.56). Prepared by the FHWA, Office of Federal Lands Highway, these sheets provide critical engineering information for the stabilization efforts and road improvements along Hawk Creek. The data includes cross-sectional profiles with horizontal and vertical measurements, indicating slopes and elevations at different points across the project area. This information is essential for project planning, execution, and ensuring the structural integrity of the road and bank stabilization measures.
    The document details cross-sectional plans for the "HAWK CREEK ROAD IMPROVEMENTS & HAWK CREEK ROAD STABILIZATION CHANNEL" project, identified as WA NPS LARO 208(1) and WA FLAP LINCOL 57860(1), with NPS Drwg No. 606/149761 and NPS PMIS No. 233055. It provides precise measurements for designed grade, subgrade, and original ground elevations at various stations along the channel, spanning from 402+35.00 to 408+91.95. The plans include detailed cross-sections with horizontal and vertical coordinates, indicating slopes and existing ground contours. This technical file, likely prepared by the FHWA, Office of Federal Lands Highway, serves as a critical component for federal government RFPs or grants related to infrastructure development, outlining the exact topographical and grading specifications necessary for the road and channel improvements.
    The document provides a drainage profile for the Hawk Creek Rd culvert, specifically detailing the 41+74 culvert profile. It outlines the design and specifications for a 54-inch CMP (Corrugated Metal Pipe) culvert, including its dimensions, invert elevations (FL. 1376.40' and FL. 1372.94'), and associated riprap and geotextile installations. The design incorporates Method A, Class 4 placed riprap with Class 1, Type C geotextile for separation-stabilization. Key measurements include a 60-foot length, 6-foot width, and varying depths of 2.5 feet and 14 feet for the riprap sections. The profile also indicates existing ground levels and tie-in points, dated August 12, 2025. This technical drawing is part of the WA NPS LARO 208(1) and WA FLAP LINCOL 57860(1) projects, with NPS PMIS No. 233055 and NPS Drwg No. 606/149761.
    The document presents detailed cross-section diagrams for the "HAWK CREEK ROAD IMPROVEMENTS & HAWK CREEK ROAD STABILIZATION - CHANNEL" project, identified by NPS Drwg No. 606/149761 and NPS PMIS No. 233055, under projects WA NPS LARO 208(1) and WA FLAP LINCOL 57860(1). These diagrams, prepared by the FHWA, Office of Federal Lands Highway, depict design grade, subgrade, and original ground elevations at various stations from 402+00.00 to 409+10.50. Each cross-section includes horizontal and vertical scales, with annotations detailing specific elevations and offsets, and side slopes indicated as 1:2, 1:7.3, 1:6.6, 1:4.7, 1:2.1, etc. The file includes multiple sheets, some dated August 19, 2025, and others September 21, 2022, suggesting different phases or updates. The overall purpose is to provide precise engineering specifications for the channel improvements related to the Hawk Creek Road project.
    This government file details the Hawk Creek Road Improvements & Hawk Creek Road Stabilization project, specifically focusing on the Hawk Creek Road Alignment. The document presents cross-section data (XS.1 to XS.16) for various stations along the road, ranging from 10+39.30 to 18+25.00. For each station, it provides critical elevation data including the Design Grade, Subgrade, and Original Ground, alongside slope percentages and ratios. The project is managed by the FHWA, Office of Federal Lands Highway, and involves the National Park Service (NPS) with drawing number 606/149761 and PMIS number 233055. The project is identified under federal aid numbers WA NPS LARO 208(1) and WA FLAP LINCOL 57860(1). The consistent format and detailed measurements indicate a comprehensive plan for road improvements and stabilization, likely for a federal grant or RFP.
    The provided document details the "HAWK CREEK ROAD IMPROVEMENTS & HAWK CREEK ROAD STABILIZATION" project, identified by NPS Drwg No. 606/149761 and NPS PMIS No. 233055, and project numbers WA NPS LARO 208(1) and WA FLAP LINCOL 57860(1). The file consists of multiple cross-section (XS) diagrams of the Hawk Creek Road alignment, ranging from station 10+30.00 to 18+25.00. Each diagram illustrates key elevations including "Des Grade" (Design Grade), "Subgrade," and "Original Grnd" (Original Ground), along with various slopes and measurements at different offsets from the centerline (L C). The data, generated by the FHWA Office of Federal Lands Highway, outlines design parameters for road improvements and stabilization, reflecting detailed engineering plans for the project.
    Similar Opportunities
    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.
    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.
    WA NP MORA 11(1), Fryingpan Creek Bridge
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP MORA 11(1) project, which involves the replacement of the Fryingpan Creek Bridge in Mount Rainier National Park, Washington. The project entails constructing a new 218.5-foot long steel plate girder bridge with a cast-in-place concrete deck, along with roadway realignment, parking lot construction, minor pipe culvert replacement, and stone masonry work. This initiative is crucial for maintaining infrastructure integrity and enhancing transportation safety within the park, with an estimated contract value between $10 million and $20 million. Interested vendors should note that the tentative solicitation date is set for Winter 2026, with a fixed completion date anticipated in Summer 2029; for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520.
    WA ERFO NPS OLYM 2022-1(3), OLYMPIC NPS ERFO REPAIRS 2022 Road 107
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the WA ERFO NPS OLYM 2022-1(3) project, which involves bank stabilization and road repairs on Upper Hoh Road in Jefferson County, Washington. The project encompasses approximately 0.12 miles of construction work, including the installation of riprap, engineered log jams with dolosse, and various erosion control measures to enhance environmental stability. This initiative is crucial for maintaining the integrity of the roadway and protecting the surrounding ecosystem, with an estimated contract value between $2,000,000 and $5,000,000. Interested contractors should prepare for a tentative solicitation release in Spring 2026 and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    WA FLAP JEFFER 134309(2), Two Trout Creek Culvert Replacement
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the WA FLAP JEFFER 134309(2) project, which involves the replacement of a failing culvert at Oil City Road MP 0.5 in Jefferson County, Washington. The primary objective of this procurement is to construct an Aquatic Organism Passage (AOP) culvert to enhance fish passage in a tributary to the Hoh River, addressing environmental concerns while ensuring compliance with federal standards. This project, approximately 0.1 miles in length, has an estimated cost between $2,000,000 and $5,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion deadline in Winter 2026. Interested bidders can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520.
    OR FLAP CRGNSA MULT(2) & WA FLAP CRGNSA MULT(2), CRGNSA Sign Inventory, Maintenance, and Replacement Project & CRGNSA Sign Project
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the OR FLAP CRGNSA MULT(2) and WA FLAP CRGNSA MULT(2) projects, which involve sign inventory, maintenance, and replacement within the Columbia River Gorge National Scenic Area in Oregon and Washington. The scope of work includes custom wood signing and guardrail installation across an 82-mile stretch, with key tasks such as construction survey, quality control, and traffic control measures. This project is crucial for enhancing roadway safety and compliance with federal standards in scenic regions, ensuring that motorists receive appropriate guidance. The estimated contract value ranges from $700,000 to $2,000,000, 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 inquiries and are encouraged to monitor SAM.gov for solicitation updates expected in Winter 2025/2026.
    WA ERFO FS MTBKR605 2022-1(3), Mt. Baker – Forest Road 11 MP 23.9 Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the emergency repair of Forest Road 11 at Mile Post 23.9 in the Mt. Baker-Snoqualmie National Forest, located in Whatcom County, Washington. The project involves critical roadway repairs, including subexcavation, aggregate surfacing, and the installation of root-wad/riprap embankments, aimed at addressing a significant roadway failure. This infrastructure repair is essential for maintaining safe access and environmental protection within federal lands. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date set for Winter/Spring 2025 and a completion deadline by Fall 2026. Interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the ID FLAP BONNER 841(1) project, which involves roadway improvements on Trestle Creek Road, located approximately 13 miles east of Sandpoint, Idaho. The project encompasses a 3.75-mile stretch and includes tasks such as placing riprap, roadway aggregate, and asphalt concrete pavement, along with drainage enhancements and stream bank restoration to create an all-weather, single-lane road with turnouts for year-round access to the Kaniksu National Forest. The estimated contract value ranges between $5 million and $10 million, with solicitation anticipated in Fall 2025 and a completion target set for Fall/Winter 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Mount Rainier ERFO Repairs 2022 project, located approximately 31 miles southeast of Puyallup, Washington. The project involves essential infrastructure repairs including bank stabilization with rip rap revetment, grading, drainage, and paving over a length of 0.18 miles, with an estimated contract value between $700,000 and $2,000,000. This initiative is crucial for maintaining the integrity of roadways within the Mount Rainier National Park and surrounding areas, ensuring compliance with environmental protection standards. Interested vendors should note that this is a total small business set-aside opportunity, with a tentative solicitation date in Winter 2024/2025 and completion expected by Fall 2025; for further inquiries, contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.