ID FLAP IDAHO NF17(1), Mt. Idaho Grade Road Rehabilitation
ID: 69056724B000014Type: 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)
Timeline
    Description

    The U.S. Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the rehabilitation of the Mt. Idaho Grade Road under project ID FLAP IDAHO NF17(1) located in Grangeville, Idaho. The project encompasses approximately 6 miles of roadway improvements, addressing critical issues such as roadway subgrade instability and inadequate drainage, which have led to surface deterioration. This initiative is vital for enhancing access to local national forests and recreational areas, ensuring compliance with federal construction standards while promoting safety and efficiency in transportation infrastructure. Interested contractors must submit their bids by October 8, 2024, following the guidelines outlined in the solicitation documents, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Amendment No. A001 for the solicitation of bids concerning the Mt. Idaho Grade Road Rehabilitation project (ID FLAP IDAHO NF17(1)), administered by the Federal Highway Administration. It details changes in bid submission dates, extending the deadline for general and technical questions to October 1, 2024, and revising the bid opening date to October 8, 2024. The amendment emphasizes performance requirements, including a ten-day commencement period post-notice to proceed, with specific completion dates for two bid schedules. Additionally, it outlines penalties for delays, describing liquidated damages for failure to complete work on time. The project is organized under Federal Acquisition Regulations with reference to FP-14 specifications. Both electronic access to project documents and the geographical context of the work, located near Grangeville, ID, are also provided. This amendment ensures clarity on bid requirements and timelines, crucial for contractors planning to participate in the project, highlighting the government’s structured approach to manage transportation infrastructure projects effectively.
    This document presents the Station Offset Northing Easting Report for a project, specifically detailing the baseline and offset alignments. It includes measurements recorded on June 25, 2024, with offsets illustrated at various stations along the alignment. The report lists specific data, such as station names, offsets, northing, and easting coordinates, all measured in feet. It also provides a project description and emphasizes that all measurements are given in foot units, ensuring consistency in data interpretation. The main purpose of this report appears to be the documentation and analysis of survey data relevant to road or infrastructure projects under federal and state/local guidelines, which may pertain to Requests for Proposals (RFPs) or grant applications. This data serves crucial functions in planning, design, and compliance, contributing fundamentally to the development and execution of public works and infrastructure improvement initiatives. The report's structured presentation of numerical data facilitates tracking and analysis by engineers and government agencies overseeing the projects.
    The document titled "Station Base Report" outlines detailed measurements for baseline and offset alignments associated with a surveying project, presumably linked to a federal or state infrastructure initiative. Key data points include various stations designated as POT (Point of Tangency), POC (Point of Curvature), and HPI (Horizontal Point of Intersection), along with their respective distances and radial directions, measured in feet. The report is structured into sections that present alignment data systematically, detailing the specifics of measurement readings at predetermined stations. The purpose of the report is to provide a comprehensive overview of geospatial data essential for developing construction or infrastructure projects, possibly in response to requests for proposals (RFPs), grants, or other governmental funding mechanisms. This meticulous documentation is vital for ensuring accuracy in project planning and execution, contributing to adherence to technical specifications and regulatory compliance. It emphasizes precision in surveying, indicating its importance for project success while aligning with government standards for infrastructure development.
    The document is a Survey Control Sheet outlining specifications for a survey project titled "ID FLAP IDAHO NF17(1)" related to the rehabilitation of Mt Idaho grade road. It details the structure for transferring a Survey Control point list into an Excel plan sheet, including necessary information like project ID, sheets needed, and the arrangement of worksheets. Key data points include state plane coordinates, geographic coordinates, elevation measures, and descriptions for various survey points (identified by unique point numbers). The project employs the Idaho West SPCS NAD83 system and is laid out in US survey feet, aiming for precise measurements essential for civil engineering tasks. Warnings about formatting and the presence of required titles are also noted, emphasizing the importance of accuracy and organization in data handling for effective project execution. This document serves as a foundational resource for managing survey data and ensuring compliance with engineering standards in state and federal projects.
    The document outlines measurements and calculations related to the construction aspects of a project, focusing on various corridors and alignment names in a structured report. The data includes detailed analysis of materials used, assessing areas, volumes, and costs associated with different pavement layers and grading slopes. It captures specific figures for multiple stations, emphasizing cut and fill volumes across different mesh grading components. The report is methodically organized, noting quantities and unit costs along with potential infrastructure requirements for effective project execution. This document serves a significant purpose in government contract evaluations, providing essential information for federal and local RFPs related to infrastructure development. By detailing the material requirements and associated costs, it supports decision-making processes and ensures adherence to federal guidelines for grants and funding opportunities aimed at infrastructure improvements.
    The Earthwork and Component Quantities Report for the Mt. Idaho Grade Road Rehabilitation, overseen by the Federal Highway Administration's Western Federal Lands Highway Division, outlines the projected earthwork requirements to correct the road’s superelevation. The report presents detailed measurements in feet, square feet, and cubic feet, documenting cut and fill volumes, material costs, and bids for various components such as pavement layers and grading foreslopes. The document serves as a foundational reference for contractors responding to federal and local government RFPs, laying the groundwork for effective project execution and resource allocation. Emphasizing the importance of precise quantity assessments, the report promotes transparency and accountability in the procurement process, ultimately supporting successful infrastructure rehabilitation efforts aligned with government standards and regulations.
    The memorandum from the Western Federal Lands Highway Division outlines the geotechnical investigation results for the Mt. Idaho Grade Road project in Idaho County, Idaho. It addresses issues related to roadway subgrade and unstable slopes, providing recommendations for remediation. The project aims to rehabilitate the deteriorating road surface, which is crucial for access to local national forests and recreational areas. Site assessments revealed various forms of distress, including cracks and subsidence, exacerbated by inadequate drainage and insufficient material specifications. A subsurface investigation included borings that indicated soil types contributing to instability and required additional testing for compliance with construction standards. Key recommendations suggest reconditioning roadside ditches to enhance drainage and prevent water infiltration into the subgrade, thereby stabilizing the roadway. Specific areas identified for immediate action include culvert cleaning and ditch maintenance. Additionally, proposed solutions for identified subsidence at specific mileposts include constructing deep patches with geogrid reinforcement to mitigate further degradation. This document serves as a technical report vital to informing future federal RFPs and grants concerning roadway enhancements, emphasizing the importance of integrating geotechnical findings into design and maintenance strategies for infrastructure projects.
    The document outlines the bid schedule and project specifications for ID FLAP Idaho NF17(1), focusing on roadway construction, maintenance, and traffic control measures. It details quantities and types of materials required, including soil erosion controls, asphalt pavement, and traffic control devices. The project includes mobilization, construction surveying, contractor quality control, and various phases of roadway improvement, such as excavation and installation of geogrid stabilization systems. Both temporary and permanent traffic control measures are specified to ensure safety during construction. The summarized quantities cover necessary materials like silt fences, subexcavation, roadway aggregate, and pavement markings, with units of measurement for precise planning. The project's scope reflects a commitment to infrastructure improvement, adhering to standards for construction quality and environmental management, critical for state and local RFPs in the context of federal funding applications aimed at enhancing road safety and efficiency.
    The Horizontal Alignment Review Report for the Mt. Idaho Grade Road Rehabilitation project, overseen by the Federal Highway Administration's Western Federal Lands Highway Division, details the geometric design and specifications of the road alignment. The report, generated on May 29, 2024, includes data such as station coordinates, tangential directions, lengths, and various elements of alignment—linear and circular. Each segment of the road is described with precise measurements, including radius, degree of curvature, and tangential lengths, ensuring compliance with engineering standards for road safety and design. The project aims to rehabilitate the road to enhance functionality and safety for users. The detailed technical specifications illustrate the project's complexity and adherence to federal guidelines, emphasizing the importance of proper road alignment in infrastructure development.
    The Vertical Alignment Review Report for the Mt. Idaho Grade Road Rehabilitation project under the Federal Highway Administration outlines the design parameters for the road's vertical and horizontal alignments. The report includes detailed measurements such as station elevation, grades, and lengths, categorized into various elements including linear segments and symmetrical parabolas. It evaluates the overall design through specifications including tangent grades, K-values, and middle ordinates for each alignment element, providing a thorough assessment of the road's engineered structure. The document serves as a crucial component in the planning and execution phases, as it ensures adherence to safety and engineering standards while facilitating funding through federal or state grants or RFPs. By establishing clear guidelines, the report helps to mitigate potential risks associated with road rehabilitation, ensuring compliance with regulatory requirements and enhancing road safety for users.
    The provided document outlines data related to a federal and state project concerning geographical alignments and elevations, identified under Project ID NF17(1). It features extensive numerical data on station offsets, northing, easting, and elevation measurements within a specific alignment framework. Each entry specifies point types—Point of Tangent (POT), Point of Curvature (POC), and Point of Spiral (POS)—with precise coordinates and elevation values measured in feet. The report, dated July 10, 2024, emphasizes that all measurements are critical for planning and engineering phases, ensuring accuracy in future developments. This structured information serves a foundational purpose in assessments for construction projects, highlighting compliance with precise federal and state requirements in governmental RFP and grant processes. The document's comprehensive nature underscores its utility in facilitating informed decision-making while adhering to established engineering standards and environmental regulations.
    The document is a Station Base Report detailing the baseline alignment and offset alignments related to a specific geographic project, with a focus on various points of interest (POCs), points of curvature (PCs), and points of tangency (POTs). The report outlines numerous stations, their respective distances, radial directions, and offsets, all measured in feet, indicating the precise alignment required for infrastructure development. The key objective of this document is to provide an accurate survey and layout plan for a federal or local infrastructure project. It offers a comprehensive analysis essential for engineers and planners to ensure that construction adheres to required specifications and standards. By documenting specific measurements and coordinates along a designated route, this report serves as a vital resource for subsequent work stages, facilitating adherence to safety and regulatory frameworks in construction. Overall, it reflects meticulous planning required for modern infrastructure projects, emphasizing the importance of precision in design and execution.
    The Superelevation Data Report for the Mt. Idaho Grade Road Rehabilitation project, conducted by the Federal Highway Administration's Western Federal Lands Highway Division, outlines critical superelevation data for the roadway. The report includes measurements of cross slopes and transition types at various stations along the project route, indicating the existing roadway conditions and necessary design specifications for rehabilitation. Key points detail the percentage of superelevation, with specific emphasis on "Full Super," "Normal Crown," "Reverse Crown," and "Level Crown" types, which are critical for effective drainage and safety at different speeds. Additionally, the report is structured in a tabular format to depict these measurements in a clear, logical manner. The documented data supports planning and engineering decisions, ensuring that the project adheres to design speed standards and other essential guidelines. Ultimately, this report serves as a vital component of federal and state documentation processes, emphasizing accuracy in rehabilitating this section of highway, thereby enhancing road safety and performance in compliance with government regulations.
    The document provides detailed cross-sectional profiles for the Mt. Idaho Grade Road Rehabilitation project, overseen by the Federal Highway Administration's Western Federal Lands Highway Division. It outlines various points along the road, including design grades, subgrades, and original ground levels at multiple intervals. Each section lists calculated elevations and slope percentages, indicating the topographical changes along the road. The document incorporates data from specific design drawings, serving as critical reference points for project engineers and construction teams involved in the road rehabilitation. This analysis illustrates the project's emphasis on improving transportation infrastructure while ensuring compliance with federal standards. Overall, the document's structured presentation aids in monitoring the project's progress and technical specifications essential for enhancing roadway conditions.
    The document provides detailed coordinates and elevation data related to a project, specifically pertaining to the Baseline Alignment and Offset Alignment for a surveying initiative. It includes values for Northing, Easting, Elevation, and specific point types such as Point of Tangency (POT), Point of Curvature (POC), and Point of Station (POS), all measured in feet. The data spans a range of station identifiers, with multiple values charted for offsets. The report was created on July 10, 2024, indicating a structured approach to mapping or engineering associated with federal or state projects. The technical accuracy and systematic documentation suggest its utility in fulfilling regulatory requirements or preparing for potential construction tasks. It exemplifies the importance of detailed geospatial data in government-funded initiatives related to infrastructure development, transportation, or environmental management. The comprehensive nature of this report assists in ensuring compliance with project specifications, while also serving as a reference for future planning and execution phases of the related projects.
    This report details the alignment data for the construction project associated with federal RFPs and grants, specifically focusing on a transportation infrastructure initiative. It provides a comprehensive list of baseline and offset alignments, including station points, northing and easting coordinates, and corresponding offsets. The report is structured to present each station point's measurements in a tabulated format, detailing significant metrics over multiple segments, indicating shifts in position and dimension as the project advances. The file serves primarily to facilitate review and analysis of the project's progress, focusing on ensuring all measurements adhere to established specifications. It highlights critical points along the alignment route that may impact construction progress, technical requirements, and regulatory compliance. This document reflects the government's commitment to maintaining accurate records and ensuring that federal infrastructure projects are executed based on precise alignment specifications. Ultimately, such practices aim to enhance transportation efficiency, safety, and project accountability within the context of federal and state funding frameworks.
    The document pertains to an Invitation for Bids (IFB) for the Mt. Idaho Grade Road Rehabilitation project under Solicitation No. 69056724B000014, issued by the U.S. Department of Transportation, Federal Highway Administration. The project involves rehabilitating approximately 6 miles of road in the Nez Perce-Clearwater National Forests, Idaho. The solicitation outlines mandatory bid submission requirements, including the necessity for completing specific forms like the SF 1442, bid schedules, and representations and certifications concerning small business statuses. Bidders are required to submit written questions regarding the project until a specified date, and the responses to these inquiries will be posted online. The document stresses that electronic bids are not accepted, and it emphasizes the importance of reviewing various documents before submission to avoid rejection due to errors. Additionally, the solicitation specifies that a bid bond is mandatory, along with clear instructions regarding submissions. The project is designed as full and open competition, awarded based on provided schedules, with a significant scope related to highway construction, following federal specifications (FP-14). Overall, the solicitation reflects governmental commitment to infrastructure improvement while ensuring compliance with federal regulations and supporting small business participation.
    The Mt. Idaho Grade Road Rehabilitation project aims to improve a 3.7-mile stretch of roadway in Idaho County, Idaho, serving multiple land management agencies and providing access to recreational areas and local communities. The primary objective of this procurement is to find a contractor who can rehabilitate the road surface using the CRABS (Cement Recycled Asphalt Base Stabilization) process and perform localized subgrade repairs. The project has an estimated price range of $5 million to $10 million. The scope of work includes construction surveying and staking, quality control and assurance, sampling and testing, and the development of construction schedules. Earthwork involves the removal of obstructions, excavation, embankment, and the use of geosynthetics for separation and reinforcement. Aggregate and base course work includes aggregate placement and full-depth reclamation with cement. Asphalt pavement tasks encompass gyratory mix design, antistrip additive application, tack coating, and milling. Incidental construction includes underdrain installation, pavement end drains, and permanent and temporary traffic control measures. The project is expected to be completed by Fall 2025, with specific quantities and requirements detailed in the work breakdown, emphasizing the need for careful construction and quality control to ensure a durable and safe roadway rehabilitation.
    The Mt. Idaho Grade Road Rehabilitation project is the subject of this file, which appears to be a collection of questions and answers relating to an upcoming solicitation for a road rehabilitation project. The primary procurement objective is to engage contractors for the rehabilitation and potential upgrade of the Mt. Idaho Grade Road. While specific technical specifications and quantities are not provided in this excerpt, the scope of work likely involves road resurfacing, repair, and potential alignment improvements to enhance safety and traffic flow. The procurement process is in an early stage, with the solicitation not yet released, and interested vendors are advised to monitor the System for Award Management (SAM) website for the official release and to follow the instructions provided to receive automatic notifications. The question regarding access to interested bidders indicates that the entity inquiring is positioning itself to participate in the bidding process once the solicitation is released, highlighting the importance of proper registration and data roles in the SAM system. Critical dates include the question response date of July 30, 2024, while the actual release date of the solicitation is still pending.
    Similar Opportunities
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Highway Administration seeks contractors for the Crown Point Trail project in Idaho, involving extensive trail construction and repairs. This small business set-aside project, valued between $700,000 and $2 million, requires expertise in highway construction and will be awarded through a sealed bid process. The upcoming procurement, anticipated in early 2025, aims to enhance a 2.7-mile trail stretch with resurfacing, slope repairs, and new construction, accessible for physical inspection now before snow sets in.
    ID BOR SRAO 0017(1), Sportsman’s Park Transportation Improvements
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the Sportsman’s Park Transportation Improvements project located in Bingham County, Idaho. The project aims to execute full-depth reclamation, paving, striping, and minor drainage enhancements over a length of 1.5 miles, addressing the infrastructure needs of the park while promoting community recreational access. This initiative is part of a broader effort to improve public infrastructure, with an estimated contract value between $700,000 and $2,000,000, and is set aside for small businesses under the SBA guidelines. Interested vendors should monitor the SAM.gov website for solicitation documents expected to be available in winter 2024/2025 and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    MT FLAP VALLEY 20(1), Duck Creek Road
    Active
    Transportation, Department Of
    The MT FLAP VALLEY 20(1) project is a substantial federal contract opportunity, seeking a contractor to undertake extensive roadway improvements on Duck Creek Road in Valley County, Montana. The primary goal is to enhance the safety and functionality of this 4.85-mile stretch of road, approximately 16 miles southeast of Glasgow, Montana. This project involves a comprehensive scope of work, encompassing asphalt and aggregate surfacing, drainage enhancements, and extensive earthwork, including clearing, grubbing, and excavation. The contractor will undertake roadway reconditioning, stabilization, and asphalt work, alongside culvert and drain installations. Traffic control measures, construction surveying, and quality assurance are also part of the requirements. With an estimated price range of $2 to $5 million, the project is tentatively scheduled for solicitation in the summer of 2024 and aims to be completed by fall 2025. The federal highway administration is seeking a capable contractor to deliver these vital improvements, ensuring a high standard of workmanship and compliance with specified quantities and standards. Interested parties should keep watch on the System for Award Management (SAM) website, as highlighted in the QA07-30-2024.pdf file, to access the full details of this upcoming opportunity. The files associated with this project emphasize the significance of the roadway upgrades and provide a thorough overview of the work segments, while also guiding prospective bidders on the necessary steps to stay informed and eventually apply. Eligible bidders are advised to closely monitor the SAM website for the release of further details, as this contract opportunity is expected to be solicited as full and open. According to the provided information, there are no specific eligibility criteria or certifications required, but experience in highway construction and earthwork projects would likely be advantageous. For any clarifications or further information, interested parties can contact the primary contact point: Contracts G. Office, wfl.contracts@dot.gov, 3606197520.
    OR FLAP UMATILL 582(1), Mill Creek Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FLAP UMATILL 582(1) project, which involves road improvements on Mill Creek Road in Umatilla County, Oregon. The project encompasses approximately 2.91 miles of work, including chip sealing, grading with crushed aggregate, and the repair of soldier pile walls, along with necessary traffic control and erosion management measures. This construction initiative is critical for enhancing local infrastructure and ensuring safety for road users. The contract, estimated to be valued between $2 million and $5 million, is anticipated to be solicited in Fall 2024, with a completion target set for Fall 2025. Interested vendors can contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    Phase 1 4FL Forest Housing Deferred Maintenance
    Active
    Agriculture, Department Of
    The United States Department of Agriculture, Forest Service, is soliciting bids for the Phase 1 4FL Forest Housing Deferred Maintenance project located in the Payette National Forest, Idaho. This initiative, designated as a 100% Small Business Set-Aside, involves critical tasks such as installing new utilities, demolishing existing structures, and constructing a new laundry facility at the McCall Administrative site. The project is essential for maintaining infrastructure and enhancing living conditions within the national forest, with a budget estimated between $250,000 and $500,000 and a performance period from September 30, 2024, to October 30, 2025. Interested contractors must submit proposals by September 23, 2024, and can contact Brenda Simmons at brenda.simmons@usda.gov for further information.
    WA NP MORA PMS(2), PAVEMENT PRESERVATION MT RAINIER WEST
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the WA NP MORA PMS(2) Pavement Preservation project at Mount Rainier West in Washington. This project aims to enhance approximately 25.68 miles of roadway, with a contract value estimated between $5 million and $10 million, and is open exclusively to designated contractors under existing MATOC contracts. The procurement emphasizes compliance with federal regulations and requires bidders to submit proposals by September 17, 2024, ensuring adherence to project specifications and timelines. Interested parties can direct inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520.
    OR FLAP GRANT 24(2), Granite Hill Road Reconstruction, Phase II
    Active
    Transportation, Department Of
    The Western Federal Lands Highway Division is seeking contractors for the OR FLAP GRANT 24(2) project, titled Granite Hill Road Reconstruction, Phase II. This project is a Small Business Set-Aside federal contract aimed at reconstructing a 5-mile stretch of Granite Hill Road in Grant County, Oregon. The primary goals are installing precast concrete box culverts and constructing two bridges to enhance drainage and connectivity. The scope of work involves paving, bridge construction, roadway excavation, and the installation of guardrails, erosion control measures, and pavement markings. The project is divided into several divisions, each encompassing specific tasks. Division 200 covers earthwork, while Division 250 focuses on slope reinforcement. Division 300 and 400 address aggregate base courses and asphalt pavement, respectively. Critical Division 550 entails bridge construction and associated tasks. Meanwhile, Divisions 600 and 647 include incidental construction and environmental mitigation work. Prospective bidders are encouraged to visit the project site, especially before winter sets in. Technical and general inquiries can be made via email or phone using the provided contacts. Solicitation documents will be released during fall/winter 2024, with interested parties advised to monitor the SAM website for updates. Eligibility requirements include small business certification and relevant experience in highway and road construction, along with the ability to meet the project's technical specifications. Funding for this project is estimated between $5 million to $10 million, with the contract type being a sealed bid, firm-fixed-price arrangement. The tentative solicitation period is winter 2024/25, and the targeted completion date is set for winter 2025. The government will evaluate bids based on their compliance with the project requirements, with the award going to the most compliant and competitive offer. For clarification or questions, contact the primary contact person at the Western Federal Lands Highway Division.
    CARIBOU-TARGHEE NATIONAL FOREST - Stoddard Creek Campground Gravel
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the delivery of 1,000 yards of ¾ Road Base gravel to the Stoddard Creek Campground located in the Caribou-Targhee National Forest, Dubois Ranger District, Idaho. The project requires that bidders provide proof of specifications for the gravel to ensure compliance with project requirements, and it explicitly states that belly dump or side dump trailers cannot be used for the delivery. This procurement is part of broader federal initiatives aimed at enhancing recreational spaces and improving visitor amenities within public lands, thereby promoting outdoor activities and tourism. Interested contractors should contact Robyn Akins at Robyn.Akins@usda.gov or Curtis Neppl at curtis.neppl@usda.gov for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Teton Canyon Bridge Replacement Construction at Caribou-Targhee National Forest, Idaho
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the replacement of the Teton Canyon Bridge at Caribou-Targhee National Forest in Idaho, with a focus on enhancing infrastructure for recreational access. The project involves the removal of the existing bridge and the construction of a new prefabricated steel bridge, along with necessary site preparation and environmental considerations to restore natural hydrology. This initiative is part of a broader effort to maintain and upgrade essential structures within national forests, ensuring safety and accessibility for users. Proposals are due by 5:00 p.m. Central Time on September 24, 2024, and interested contractors should contact Mary Harding at mary.harding@usda.gov for further details.
    UT FLAP SLA 10(1) Mill Creek Canyon Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Mill Creek Canyon Road project in Utah, designated as UT FLAP SLA 10(1). The project aims to enhance safety and access to recreational areas within the Uinta-Wasatch-Cache National Forest by reconstructing and widening approximately 4.5 miles of Mill Creek Canyon Road, along with improving parking and trailhead facilities. This initiative is crucial for preserving natural resources while providing better access to outdoor recreational opportunities in the region. Interested parties should note that the estimated project cost ranges from $20 million to $30 million, with a pre-bid site visit scheduled for October 8, 2024, and contract award anticipated in October 2024. For further inquiries, contact Kelly Palmer at cflacquisitions@dot.gov or Leslie Karsten at CflContracts@dot.gov.