WA ERFO FS MTBKR605 2020-1(1), Mt. Baker Snoqualmie ERFO Repairs 2020 Phase 1 & WA ERFO FS MTBKR605 2022-1(1), Mt. Baker Snoqualmie ERFO Repairs 2022
ID: 69056725B000005Type: 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 Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Mt. Baker Snoqualmie Emergency Relief Flood Control Repairs for 2020 (Phase 1) and 2022, under solicitation number 69056725B000005. The project involves critical repairs across four sites in Snohomish, King, and Whatcom counties, Washington, with an estimated price range of $700,000 to $2,000,000 and a fixed completion date of October 26, 2026. This total small business set-aside project is essential for restoring infrastructure affected by flooding, ensuring safety and accessibility for the public. Interested contractors must submit their bids in printed form 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a bid opening summary for Solicitation No. 69056725B000005, concerning the WA ERFO FS MTBKR605 2020-1(1) and 2022-1(1) Mt. Baker-Snoqualmie Repairs projects. The bid opening occurred on August 28, 2025, at 2:00 p.m. Four contractors submitted bids: Construction Solutions Group ($2,936,969.26), Conway Construction Company ($3,329,251.00), Nelson Construction ($2,264,607.00), and JJH Earthworks, LLC ($1,284,046.00). The Engineer's Estimate for the project was $1,182,285.00. JJH Earthworks, LLC submitted the lowest bid. The bid opening was attended by 7 individuals in person and 3 online, and was overseen by Marino Chea with assistance from Haydar Mohammad.
    The 'Mt. Baker-Snoqualmie Repairs 2020, Phase 1 & Mt. Baker-Snoqualmie ERFO Repairs 2022' project, under solicitation number 69056725B000005, is a federal bid tabulation report for repairs in Snohomish, King, and Whatcom counties, Washington. Four contractors submitted bids: Conway Construction Co. ($3,329,251.00), Construction Solutions Group, LLC ($2,936,969.26), Moreno and Nelson Construction Corp ($2,288,097.00), and JJH Earthworks LLC ($1,274,046.00). The Engineer's Estimate for the project was $1,182,285.00. The report details unit prices and amounts for various construction tasks, including mobilization, excavation, roadway aggregate, asphalt paving, culvert work, and temporary traffic control. JJH Earthworks LLC submitted the lowest overall bid, closely aligning with the engineer's estimate.
    This memorandum,
    This memorandum outlines geotechnical recommendations following the October 2023 reviews of failure sites in Washington's Mount Baker-Snoqualmie National Forest, addressing storms that caused structural damage to specific Forest Service Roads (FSRs). The document details the background and geotechnical findings for four primary sites: FSR 6412 (culvert failures due to debris flows), FSR 12 (scouring of a bridge approach), FSR 27 (road surface loss from culvert issues), and FSR 63 (a box culvert impacted by debris). Proposed repair strategies include replacing culverts, reconstructing bridge approaches with mechanically stabilized earth walls, and utilizing special rock embankments for slope stabilization. Key construction considerations involve limited access due to narrow roadways, potential environmental restrictions on blasting, and the unknown quality of onsite materials for backfill. This document serves to guide federal emergency repair efforts funded under the Emergency Relief for Federally Owned Roads program, ensuring infrastructure safety and resilience against future storm events. The recommendations support both immediate repairs and long-term stabilization of vulnerable road structures in a challenging geological context.
    The Federal Highway Administration (FHWA) has issued Solicitation No. 69056725B000005, an Invitation for Bids for the WA ERFO FS MTBKR605 2020-1(1) and WA ERFO FS MTBKR605 2022-1(1) projects, focused on Mt. Baker-Snoqualmie Repairs in 2020 (Phase 1) and ERFO Repairs in 2022. This is a total small business set-aside project located in the Mt. Baker-Snoqualmie National Forest, spanning Snohomish, King, and Whatcom Counties in Washington, with a total length of 0.44 miles and an estimated price range of $700,000 to $2,000,000. The work involves repairs across four sites, with a fixed completion date of October 26, 2026. Bids must be submitted in printed copy, with electronic bids not accepted. The solicitation outlines detailed requirements for bid submission, including forms like SF 1442, Bid Schedule, and a Bid Bond, along with necessary certifications and adherence to U.S. Customary units. Key documents cited include the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-14, and various FAR/TAR clauses. A notable inclusion is the DOT's intent to forbear enforcement of certain contract clauses inconsistent with Executive Orders issued by President Trump, including those related to DEI programs and procurement. Questions regarding the project are accepted until August 21, 2025.
    The document outlines an invitation for bids for the "Mt. Baker-Snoqualmie Repairs 2020, Phase 1 & 2022 ERFO Repairs," solicited by the U.S. Department of Transportation's Federal Highway Administration. This project, a total small business set-aside, covers repairs within the Mt. Baker-Snoqualmie National Forest across several counties in Washington State, spanning approximately 0.44 miles. The solicitation adheres to the FP-14 construction specifications and emphasizes electronic submission rules, requiring printed bids and various certifications to ensure compliance. Bids must be submitted by a specific date, with a reminder checklist highlighting necessary documentation, including the bid bond and authority to sign. The estimated price range for the project is between $700,000 and $2,000,000. Additionally, provisions concerning insurance requirements, performance evaluations, and compliance with federal regulations are articulated, including directives tied to recent executive orders aimed at streamlining federal procurement processes. The document's structure consists of clearly defined sections for notices to bidders, bid schedules, special contract requirements, and instructions for submission to ensure clarity in the bidding process and adherence to regulatory frameworks. Overall, this solicitation serves to engage qualified small businesses in fulfilling critical infrastructure repair work while upholding government standards and policies.
    The Western Federal Lands Highway Division has issued a notice inviting prospective Offerors to participate in two projects related to emergency repairs in the Mt. Baker-Snoqualmie National Forest, Washington. The projects, identified as WA ERFO FS MTBKR605 2020-1(1) and WA ERFO FS MTBKR605 2022-1(1), involve extensive roadway work at specified mileposts across several Forest Service Roads. The work includes preparing and placing roadway subgrade material, asphalt concrete pavement, reconstruction of side slopes and ditches, culvert installations, and streambed channel regrading. All prospective contractors are advised that project viewing is best conducted in the fall, as winter conditions may limit accessibility. Additionally, all borrow materials must be sourced commercially and certified due to environmental regulations. The solicitation documents will be available in the winter of 2024/2025, with updates provided through the SAM.gov website. This notice serves to inform potential contractors about project details, timelines, and material sourcing restrictions, emphasizing the importance of following federal compliance in the execution of road repairs within national forest land.
    The document outlines two phases of the Mt. Baker Snoqualmie Emergency Relief for Federally Owned Roads (ERFO) repairs, specifically addressing infrastructure improvements including earthwork, roadside development, walls, and drainage systems. The project spans various locations in Washington State, with an overall project length of 0.4 miles. The estimated cost is between $700,000 and $2,000,000, with a targeted completion date set for Winter 2025. Key project components are categorized into divisions, detailing mobilization, construction surveys, quality control, clearing and grubbing activities, slope reinforcement through retaining walls, and various aggregate and pavement requirements. Essential tasks such as the installation of culverts, temporary traffic control measures, and channel cleaning form part of the incidental construction activities. This federal RFP emphasizes the necessity for contractors to adhere to specified project structures and standards. Overall, the document serves to solicit qualified contractors for significant road repair work, reflecting the government's commitment to maintaining critical infrastructure following damage events.
    The document details technical questions and answers regarding the Mt. Baker-Snoqualmie Repairs 2020, Phase 1 & WA ERFO FS MTBKR605 2022-1(1) projects. Key issues addressed include the exact locations for "Select Borrow (330CY)" on FS 27 MP 4.00 site, with the response indicating variable locations per roadway reconstruction notes on sheet G.1. Another concern was the maximum lift height for the MSE wall, confirming an 18-inch maximum vertical spacing as per plans, with reinforcement elements needing to meet Section 720 requirements. This document serves as a Q&A log for a federal government RFP, clarifying specifications and requirements for the repair projects.
    The U.S. Department of Agriculture – Forest Service Bridge Use Application and Permit form is a crucial document for individuals or entities seeking to use Forest Service bridges. It requires detailed information from applicants, including their contact details, the reason for the permit (e.g., timber sale, construction contract, or other), desired travel dates and routes, and comprehensive vehicle specifications. The vehicle details section mandates information such as total gross weight, license number, maximum dimensions (length, width, height), axle configuration (width, spacing, load, and number of tires), and tire size. The form also includes sections for the evaluation of bridges by a registered professional engineer, recommendations and concurrences from Forest Bridge Inspection Program Managers and Regional Bridge Engineers, and final approval by the Forest Supervisor. This multi-signature process ensures that all proposed bridge uses are thoroughly vetted for safety and compliance with 36 CFR 261.12 and 261.54(c) regulations.
    The "Bridge Use Application and Permit" by the U.S. Department of Agriculture – Forest Service outlines the application process for obtaining permission to use designated bridges on forest areas. This permit is governed by specific regulations (36 CFR 261.12 and 261.54(c)) and is intended primarily for activities such as timber sales and construction contracts. Key components of the application include details about the applicant, such as name, contact information, desired travel dates, and vehicle specifications, including dimensions and weight. A registered professional engineer must evaluate the bridge for the specified vehicle, ensuring safety standards are adhered to. The document's structure includes sections for applicant information, vehicle details, and signatures of various officials including the Forest Bridge Program Manager and the R-6 Regional Bridge Engineer. The permit approval, once granted by the Forest Supervisor, allows for the specified use of the bridges under the conditions laid out in the accompanying provisions. Overall, this permit application is crucial for regulating bridge usage, ensuring safety and compliance within the Forest Service’s jurisdiction, and facilitating transportation activities associated with forestry operations while prioritizing public safety and environmental integrity.
    The provided document, titled "Survey Control Sheet," details the process for transferring Excel-formatted survey control point lists to Excel plan sheets. It outlines the common sheet information required, such as project details, drawing numbers, and title block text. The document specifies how to insert data, including minimum and maximum rows per table, and how to add additional sheets if needed. It also provides instructions for handling multiple project numbers and notes that National Park Service (NPS) fields only appear with added text. The file includes a sample sheet showing coordinates (State Plane and Geographic), elevations (Orthometric and Ellipsoid), and combined factors for various survey points. The project units are specified as "International Foot," and key project details like the coordinate system (Washington North SPCS NAD83 2011), vertical datum (NAVD88 GEOID18), and epoch date (2010.000) are provided. This document is crucial for ensuring accurate and standardized presentation of survey control data within government projects.
    The document outlines the Survey Control Sheet for the Mt. Baker-Snoqualmie Emergency Relief Fund (ERFO) repairs conducted in 2020 and 2022. It details the project's metadata, including the NPS PMIS and drawing numbers, as well as instructions for transferring a Survey Control point list from Excel to a formatted sheet. The document specifies that the survey uses the Washington North State Plane Coordinate System and involves orthometric elevations based on the NAVD88 geoid. It includes coordinates for multiple survey points, including latitude, longitude, elevation, and combined factor values to accurately measure distances. The fieldwork was conducted in July 2023, with final adjustments made in August 2023. The document serves a critical purpose in ensuring the accuracy and reliability of survey data necessary for government-funded projects, which aligns with the standards required for federal grants and RFPs. By presenting all necessary information in an organized manner, it facilitates oversight and compliance within governmental frameworks for public infrastructure improvements.
    The document outlines the proposed construction work associated with the Mt. Baker-Snoqualmie Emergency Relief Flood Control Repairs for 2020 and 2022. It details various project components related to the construction schedule and estimated quantities necessary for completion. The specified activities include mobilization, construction survey, quality control, soil erosion control, and traffic management, each with corresponding estimated quantities measured in various units. Key construction activities listed involve roadway excavation, aggregate placement, pavement, culvert installation, and clearing. The project also emphasizes stringent quality control measures and includes provisions for temporary traffic management to ensure safety during construction. Additionally, survey control data and precise geographic coordinates of specific project points reflect essential planning and structural integrity considerations. Overall, the document serves as a critical reference for state and federal agencies in managing resources and ensuring compliance with applicable regulations while executing these repairs on the infrastructure affected by flooding. The timeline for report completion is marked as in progress, indicating ongoing work and future updates. The meticulousness in planning and quantifying necessary materials underscores the significance of effective project management in federal grant-funded initiatives.
    The document details the preliminary survey control points for the Mt. Baker-Snoqualmie Emergency Relief for Federally Owned Roads (ERFO) repairs conducted in 2020 and 2022. It includes geographic coordinates and orthometric elevations based on the NAVD88 GEOID18, compiled during fieldwork across various locations. The report presents State Plane Coordinates and Geographic Coordinates (latitude and longitude) for specific control points, identified by unique point numbers. Each entry specifies the elevation, orthometric height, and type of marker (mostly 5/8" iron rods with aluminum caps) used in the surveys. The primary objective of this report is to provide precise measurement data for engineering assessments and construction planning, essential for future road repairs or infrastructure projects managed under federal mandates. With a focus on accurate spatial referencing within the Washington North SPCS NAD83 2011 coordinate system, this documentation serves as a fundamental resource for engineers and contractors involved in the Mt. Baker-Snoqualmie repair plans, ensuring compliance with federal and state standards for project execution.
    The document outlines the Federal Highway Administration's (FHWA) procedures for definitizing equitable adjustments for change orders under construction contracts, as required by FAR 36.211. It also provides historical data on the time taken to definitize these adjustments over the past three fiscal years (FY 2021-2023). The data shows the number of change order proposals definitized within various timeframes, from 0-30 days to 366 or more days, and indicates that there are no agency-specific additional policies at this time. This information is crucial for understanding the agency's performance in contract administration and ensuring transparency in federal procurement processes.
    The WFLHD Construction Contract Administration file provides an overview of the Federal Highway Administration's (FHWA) procedures regarding the definitization of equitable adjustments for change orders in construction contracts, in accordance with FAR 36.211. The document outlines the requirements for FHWA to share its past performance data relating to the timeframes for definitizing these adjustments over the past three fiscal years (FY 2021-FY 2023). The data reveals the number of change order proposals processed within specific timeframes, indicating a varied performance: while some were definitized within 30 days in FY 2021 and FY 2022, the past fiscal years saw an increase in processing times. Notably, a total of 12 change order proposals were definitized in FY 2022. However, there are currently no additional agency-specific policies in place for this process. This information is pertinent for understanding federal contract management and compliance practices in construction projects, particularly in the context of government RFPs and grants, as it impacts project timelines and cost management.
    Similar Opportunities
    WA ERFO FS OLYMP609 2022-1(1), Olympic FS ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking bids for the WA ERFO FS OLYMP609 2022-1(1) project, which involves emergency repairs to federal roads in the Olympic National Forest, Washington. The project aims to restore damaged road sections along Forest Roads 2900 and 2922, primarily due to severe weather events, and includes specific requirements for construction materials and methods, such as the prohibition of aluminized steel pipe and metal headwall systems. This initiative is crucial for maintaining access and safety in federally owned lands, ensuring compliance with environmental standards and engineering specifications. Interested small businesses must submit their bids 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.
    WA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction
    Buyer not available
    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
    Buyer not available
    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 ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022
    Buyer not available
    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.
    WA NP MORA 11(1), Fryingpan Creek Bridge
    Buyer not available
    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 FLAP LINCOL 57860(1), Hawk Creek Road Improvements & WA NPS LARO 208(1), Hawk Creek Road Stabilization
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA FLAP LINCOL 57860(1) and WA NPS LARO 208(1) projects, which involve improvements and stabilization of Hawk Creek Road located 30 miles northwest of Davenport, Washington. The scope of work includes earthwork, grading, paving, drainage, soil nail retaining walls, and guardrail installation over a 0.68-mile stretch, aimed at enhancing access to the Lake Roosevelt National Recreation Area. This project is significant for improving infrastructure and safety in the region, with an estimated contract value between $5 and $10 million and a tentative completion date set for Summer/Fall 2026. Interested bidders should contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details, and are encouraged to monitor www.sam.gov for solicitation documents expected to be released in Fall 2025.
    WA FLAP JEFFER 134309(2), Two Trout Creek Culvert Replacement
    Buyer not available
    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
    Buyer not available
    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.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Buyer not available
    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.