Irrigation Improvements at Walter Walker SWA
Federal opportunity from 6060 Broadway • DNR - Division of Parks & Wildlife. Place of performance: CO. Response deadline: Mar 19, 2026.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 95 more rate previews.↓
Point of Contact
Agency & Office
Description
Document Version Date – 02/26/26 Template Version Date – 07/15/24 Irrigation Improvements at Walker SWA BIDDING AND CONTRACT INFORMATION PROJECT NO. C24NW1 IFB1: 2026*131 MANDATORY PRE-BID CONFERENCE: March 10, 2026 at 11:00 am BID OPENING: March 19, 2026 at 11:00 am TABLE OF CONTENTS Irrigation Improvements at Walker SWA C24NW1 BIDDING AND CONTRACT INFORMATION Invitation for Bid s ................................ ................................ ............................ 3 Bid Schedule ................................ ................................ ................................ .. 4 Measurement and Payment ................................ ................................ ................ 9 Instructions to Bidders ................................ ................................ ..................... 15 Contractor’s Qualifications and References ................................ ............................ 25 SPECIFICATIONS SECTION – 02050 - Mobilization SECTION – 02200 – Earthwork SECTION – 02221 – Trenching and Backfill SECTION – 02545 – Aggregate Base Course SECTION – 02605 – Manholes SECTION – 02610 – Pipe and Fittings SECTION – 02640 – Valves and Gates SECTION – 02934 – Seeding and Mulching SECTION – 03100 – Structural Concrete Formwork SECTION – 03200 – Concrete Reinforcement SECTION – 03252 – Inserts and Fastening Devices SECTION – 03300 – Cast-In-Place Structural Concrete SECTION – 03400 – Precast Concrete Structures SECTION – 05500 – Metal Fabrications CONSTRUCTION DRAWINGS 01 - Cover Sheet 14 – Plan and Profile (11) 02 – Notes 15 – Plan and Profile (12) 03 – Site Plan 16 – Cross Sections 04 – Plan and Profile 17 – Cross Section (2) 05 – Plan and Profile (2) 18 – Cross Section (3) 06 – Plan and Profile (3) 19 – Cross Section (4) 07 – Plan and Profile (4) 20 – Cross Section (5) 08 – Plan and Profile (5) 21 – Cross Section (6) 09 – Plan and Profile (6) 22 – Irrigation Field Piping 10 – Plan and Profile (7) 23 – Details – Pipe 11 – Plan and Profile (8) 24 – Details – Irrigation (1 of 2) 12 – Plan and Profile (9) 25 – Details – Irrigation (2 of 2) 13 – Plan and Profile (10) 26 – Details – Alt. Irrigation APPENDICES Appendix A ................................ ........... Prevailing Wage Determination for Mesa County Appendix B ................................ ................ General Conditions for Capital Construction Appendix C ................................ ................................ . Sample Construction Contract END OF TABLE OF CONTENTS 3 INVITATION FOR BIDS Irrigation Improvements at Walker SWA The Colorado Division of Parks and Wildlife is accepting sealed bids for the demolition of portions of the existing concrete lined ditch and the installation of irrigation conveyance pipes, associated infrastructure, fittings, risers, vents, manholes, and associated earthwork along the existing ditch alignment and within the Walker State Wil dlife Area. Sealed bids will be received by Colorado Parks and Wildlife, 711 Independent Ave, Grand Junction, CO 81505 until March 19, 2026 at 11:00 am, after which the bids will then be made public. Bids shall be submitted using the form provided in the project specifications. On -line bid submittals are not accepted. A five -percent (5%) Bid Bond, certified check, or cashier’s check is required with bid proposals of $50,000.00 or more. Mandatory Pre-bid conference: March 10, 2026 at 11:00 am at the Walker State Wildlife Area. Meet at the main parking area of Walker SWA near the southern limits of the project . Project Address: Walker SWA 2175 Railroad Ave Grand Junction, CO 81505 Mesa County Project Coordinates: Latitude: 39d 06' 20" N Longitude: 108d 39' 02" W View Google Map Location – GOOGLE MAP LINK Contractor Questions: All questions related to the project shall be submitted via e -mail to the Project Manager, Kendal Bergman at kendal.bergman@state.co.us . The deadline for questions is March 12, 2026 at 11:00 am . Questions submitted after the deadline will not be addressed. All questions and answers will be posted as solicitation amendments on the Vendor Self Service (VSS) website. Bidders may not automatically be notified of the existence of a modification or addendum. It is the responsibility of the bidder to check the VSS website periodically to see if any modifications have been issued. Failure to retrieve such modifications and include their provisions in your bid response may result in your bid being deemed non -responsive. Plans and specifications are available for all bidders on the web at: www.colorado.gov/vss The following is a tentative project schedule, which will be revised and expanded by the selected Contractor and submitted to the Project Manager for review: MANDATORY PRE-BID CONFERENCE March 10, 2026 at 11:00 am WRITTEN QUESTIONS DUE March 12, 2026 at 11:00 am BID OPENING March 19, 2026 at 11:00 am NOTICE OF AWARD March 2 3, 2026 (Tentative) NOTICE TO PROCEED April 1 3, 2026 (Tentative) SUBSTANTIAL COMPLETION June 30 , 2026 (Tentative) 4 BID SCHEDULE Irrigation Improvements at Walker SWA DEPARTMENT OF NATURAL RESOURCES COLORADO PARKS AND WILDLIFE STATE OF COLORADO Proposes to furnish all labor, equipment, materials, and incidentals needed to complete the Irrigation Improvements at Walker SWA . The work shall be completed i n 90 calendar days from the date of the Notice to Proceed. We have read and made, the “ Instructions to Bidders” , the “ General Conditions for Capital Construction ”, the Written Specifications , and the Construction Drawings part of this bid. Technical Specifications related to construction materials and methods for work embraced under this Contract shall consist of references to , but not limited to, the Colorado Department of Transportation Most Current Standard Specifications for Roads and Bridge Construction . Special attention should be given to these references and revisions noted within. UNITS: LF = linear foot, LS= lump sum , EA = each, ALLOW = allowance ________________________________________________________________________________ Service Disabled Veteran Owned Small Business Statement (SDVOSB): The undersigned bidder shall certify by checking below that the corporation, partnership, or sole proprietorship IS or IS NOT claiming a 5% bid preference in accordance with C.R.S. 24 -103-211. SDVOSB certification must be included with your bid. Is: Is Not: _______________________________________________ ________ ___________ ______ Colorado Labor: The undersigned bidder shall certify by indicating the percentage of Colorado labor of the total workforce to be utilized for this project in accordance with C.R.S. 8 -17-101. Colorado Labor shall be employed to perform at least 80% of the work on a public works project greater that $500,000.00. A written justification for not meeting this percentage must be included with your bid. % of Colorado Labor: ___________ ____________________________________________________________ _________ ___ Addendum Inclusion Statement: The undersigned bidder shall certify by listing below that all Addendums have been considered and included as part of the Contractor’s proposal. The Addendum numbers that the Contractor has included as part of his proposal shall be listed in the space provided. Addendums: ______________________ _______________ ___________________________________ 5 Base Bid: Furnish and install all materials and labor for the completion of the Base Bid Improvements per the Construction Drawings and Specifications. Base Bid Items: Quantity Unit Unit Cost Total Item Cost 1. Mobilization 1 LS $ $ 2. Removal and Disposal of Existing Concrete Ditch 1 LS $ $ 3. 18” RCP 477 LF $ $ 4. 24” RCP 1,782 LF $ $ 5. 18” RCP to 18” CMP Coupler 1 EA $ $ 6. Concrete Headwall at Persigo Wash Outlet Box 1 LS $ $ 7. 4' Diameter Manhole with Flat Top 10 EA $ $ 8. 6" Slide Gate Valve 1 EA $ $ 9. 15” Slide Gate Valve 2 EA $ $ 10. Provide Pipe Cover 1 LS $ $ 11. Concrete Trail Remov al and Replacemen t 1 LS $ $ 12. 10” PVC Gated Pipe (Furnish and Install) 1,600 LF $ $ 13. 15” PVC Buried Supply Line (Furnish and Install) 1,800 LF $ $ 14. Hydrants, Alfalfa Vales, Risers, Tees, End Caps, and Fittings (Furnish and Install) 8 EA $ $ 15. Flow Distribution Box 1 LS $ $ 16. Seed and Mulch 1 LS $ $ Total Base Bid AMOUNT _$______________________ Total Base Bid AMOUNT:(PLEASE WRITE OUT BID AMOUNT) $__________________________________________________________________________________ DOLLARS 6 Alternate Bid Items : The following bid items are to be completed by the bidder and are alternate items and are NOT to be included in the Base Bid. They may be substituted for base bid items in any combination to arrive at the selection of the lowest responsible bidder. Furnish and install all materials and labor for the alternate bid items per the Construction Drawings and Specifications. Alternate Bid Items: Quantity Unit Unit Cost Total Item Cost 17. Alternate Flow Distribution Box - Replaces Base Bid Item #1 5 1 LS $ $ 18. 10” PVC Gated Pipe (Furnish Only) – Replaces Base Bid Item #1 2 1,600 LF $ $ 19. 15” PVC Buried Supply Line (Furnish Only) – Replaces Base Bid Item #1 3 1,800 LF $ $ 20. Hydrants, Alfalfa Vales, Risers, Tees, End Caps, and Fittings (Furnish Only) – Replaces Base Bid Item #1 4 8 EA $ $ Total Alternate Bid Items AMOUNT _$______________________ Total Alternate Bid Items AMOUNT:(PLEASE WRITE OUT BID AMOUNT) $__________________________________________________________________________________ DOLLARS Optional Bid Items : The following bid items are to be completed by the bidder and are optional items and are NOT to be included in the Base Bid. They may be added in any combination to arrive at the selection of the lowest responsible bidder. Furnish and install all materials and labor for the optional bid items per the Construction Drawings and Specifications. Optional Bid Items: Qnty Unit Unit Cost Total Item Cost 21. 24” RCP (within the Union Pacific ROW) 174 LF $ $ 22. Flagging and Construction Management by RailPros 1 ALLOW $20,000.00 $20,000.00 23. 4’ Diameter Manhole with Flat Top (within the Union Pacific ROW) 2 EA $ $ 24. Skid-Steer Loader – CAT 226B Series or Equivalent 40 HR $ $ 25. Excavator – CAT 325 Series or Equivalent 40 HR $ $ 26. Laborer 80 HR $ $ 7 Total Optional Bid Items AMOUNT _$______________________ Total Optional Bid Items AMOUNT:(PLEASE WRITE OUT BID AMOUNT) $__________________________________________________________________________________ DOLLARS ~Not required to be filled out (used as a double check aid)~ Supplemental Totals – For Information Only Total Item Cost Base Bid Items: $ Alternate Bid Items: $ Optional Bid Items: $ TOTAL FOR ALL BID ITEMS $ 8 (A Corporate Signature Block) Company Name A Corporation Date , 20 Colorado VSS Vendor ID# (if available) _____________________________________ By President Attested to by Secretary (A Partnership Signature Block) A limited partnership of , general partner; doing business as (dba) . Company Name Colorado VSS Vendor ID# (if available) _____________________________________ by General Partner (A Sole Proprietorship Signature Block) A Sole Proprietorship of (dba) . Colorado VSS Vendor ID# (if available) _____________________________________ by Owner 9 MEASUREMENT AND PAYMENT Irrigation Improvements at Walker SWA The following descriptions delineate the Work, materials, and how measurements of completed Work will be made and paid for, for each bid item in the Bid Schedule. The Bidder is to read these definitions and price their proposal accordingly. BASE BID Base Bid Item 1 – Mobilization This bid item includes the mobilization of personnel, equipment and supplies at the project site in preparation for the Work, as well as the establishment and maintenance for the duration of the Contract of the Contractor’s sanitary facilities, protective fencing and barricades not included elsewhere, utility locates, necessary facilities, and all other costs incurred or labor and operations which must be performed prior to beginning the other items under the Contract. This item shall include any costs for required bonding of this project. This item shall also include marshalling, disassembly and security of all items indicated on the Construction Drawings or Specifications or installed as part of mobilization and demobilization from the site. Payment will b e made in two installments: the first 60% will be paid on the first month’s pay estimate, and the remaining 40% after the final cleanup has been completed and approved by the CPW Project Manager . Base Bid Item 2 – Removal and Disposal of Existing Concrete Ditch This bid item includes planning, submittals, demolition, removal, and disposal of the existing concrete lined ditch as shown on the plans and as directed by the Project Manager. This item shall include all costs connected with the removal of the existing concrete ditch , including but not limited to: earthwork, removal of existing concrete and associated infrastructure, and transportation and disposal of all demolished ditch segments and associated infrastructure to an approved location . Grand Valley Irrigation Company (GVIC) has approved an optional disposal location of all concrete without rebar at GVIS property n ear 21 Road and K Road . This bid item shall be measured and paid at the LUMP SUM bid price at the completion of all associated work and acceptance by the CPW Project Manager. Base Bid Item 3 – 18” RCP This bid item includes all costs connected with the procurement and installation of the 18” reinforced concrete pipe (RCP) as shown on the drawings and described in the specifications. This bid item includes all costs connected with the 18” RCP pipe installation, including but not limited to: submittals, earthwork, subgrade prep, import and install of compacted bedding material, testing, haunching, field cutting, and pipe connecti on fittings, materials, and labor as needed to install the 18” RCP pipe as shown on the plans and specifications and as recommended by the manufacturer . This bid item shall be measured and paid at the unit bid price for LINEAR FEET of installed 18” RCP pipe along the centerline of the pipe alignment, approved and accepted by the CPW Project Manager, complete and ready to use. Base Bid Item 4 – 24” RCP This bid item includes all costs connected with the procurement and installation of the 24” reinforced concrete pipe (RCP) as shown on the drawings and described in the specifications. This bid item includes all costs connected with the 24” RCP pipe installation, including but not limited to: submittals, earthwork, subgrade prep, import and install of compacted bedding material, testing, haunching, field cutting, and pipe connection fittings, materials, and labor as needed to install the 24” RCP pipe as shown on the plans and spe cifications and 10 as recommended by the manufacturer. This bid item shall be measured and paid at the unit bid price for LINEAR FEET of installed 24” RCP pipe along the centerline of the pipe alignment, approved and accepted by the CPW Project Manager, complete and ready to use. Base Bid Item 5 – 18” RCP to 18” CMP Coupler This bid item includes all costs connected with the procurement and installation of the 18” RCP to 18” CMP Coupler as shown on the drawings and described in the applicable specifications. This bid item includes all costs connected with the 18” RCP to 18” CMP Coupler procurement and installation, including but not limited to: submittals, earthwork, connection, subgrade prep, and installation as shown on the drawings, recommended by the manufacturer, and described in the specifications. This bid item shal l be measured and paid at the unit bid price for EACH installed 18” RCP to 18 ” CMP coupler approved by t he CPW Project Manager. Base Bid Item 6 – Concrete Headwall at Persigo Wash Outlet Box This bid item includes all costs connected with the installation of the Concrete Headwall at the Persigo Wash Outlet Box as shown on the drawings and described in the applicable specifications. This bid item includes all costs connected with the concrete headwall at the Persigo Wash Outlet Box, including but not limited to: submittals, earthwork and subgrade prep, concrete formwork, steel reinforcement, steel fabrication, doweling, certification s, concrete purchase, delivery, and testing, and finishing. This bid item shall be measured and paid at the LUMP SUM unit bid price for installed Concrete Headwall at the Persigo Wash Outlet Box approved and as accepted by the CPW Project Manager. Base Bid Item 7 – 4’ Diameter Manhole with Flat Top This bid item includes all costs connected with the procurement and installation of 4’ Diameter Manhole with Flat Top as shown on the drawings and described in the applicable specifications. This bid item includes but is not limited to: submittals, certifications, delivery, earthwork, subgrade prep, import and install of compacted bedding material, testing, field cutting, and pipe connection fittings, materials, and labor and incidental costs connected with furnishing and installing the 4’ Diameter Manhole with Flat Top. This bid item shall be measured and paid at the unit bid price for EACH installed 4’ Diameter Manhole with Flat Top accepted by the CPW Project Manager. Base Bid Item 8 – 6” Slide Gate Valve This bid item includes all costs connected with the procurement and installation of 6” Slide Gate Valve as shown on the drawings and described in the applicable specifications. This bid item includes but is not limited to: submittals, certifications, delivery, installation, required hardware, and incidental costs connected with furnishing and installing the 6” Slide Gate Valve as shown on the plans, recommended by the manufacturer, and as described in the applicable specifications. This bid item shall be measured and paid at the unit bid price for EACH installed 6” Slide Gate Valve accepted by the CPW Project Manager , complete and ready to use. Base Bid Item 9 – 15” Slide Gate Valve This bid item includes all costs connected with the procurement and installation of 15” Slide Gate Valve as shown on the drawings and described in the applicable specifications. This bid item includes but is not limited to: submittals, certifications, delivery, installation, required hardware, and incidental costs connected with furnishing and installing the 15” Slide Gate Valve as shown on the plans, recommended by the manufacturer, and as described in the applicable specifications. This bid item shal l be measured and paid at the unit bid price for 11 EACH installed 15” Slide Gate Valve accepted by the CPW Project Manager, complete and ready to use. Base Bid Item 10 – Provide Pipe Cover This bid item includes all costs connected with providing and installing the pipe cover as shown on the plan s and described in the applicable specifications. This bid item includes but is not limited to: submittals, excavations, import of soil, placement, finish grading, and other incidental costs connected with providing pipe cover. It is estimated that approximately 550 cubic yards of fill will be needed for pipe cover. This bid item shall be measured and paid at the LUMP SUM bid price for pipe cover accepted by the CPW Project Manager. Base Bid Item 11 – Concrete Trail Remov al and Replacement This bid item includes all costs connected with the removal and replacement of the concrete trail as shown on the plans and described in the applicable specifications. This bid item includes but is not limited to: submittals, certifications, excavations, concrete removal and disposal off -site, subgrade preparation, import and install of compacted bedding material, concrete purchase, delivery, and installation, reinforcing steel, formwork, finishing, and other incidental costs connected with concrete trail removal and replacement. This bid item shall be measured and paid at the LUMP SUM bid price for concrete trail remov al and replacement accepted by the CPW Project Manager complete and ready to use . Base Bid Item 12 – 10” PVC Gated Pipe (Furnish and Install) This bid item includes all costs connected with the procurement and installation of the 10” PVC gated pipe as shown on the drawings and described in the applicable specifications. This bid item includes but is not limited to: pipe purchase, delivery, and transportation, preparatory earthwork, placement, purchase and installation of associated connection hardware, and other incidental costs connected with the installation of 10” PVC Gated Pipe as shown on the plans, recommended by the manufacturer, and descr ibed in the applicable specifications. This bid item shall be measured and paid at the unit bid price for LINEAR FEET of installed 10” PVC gated pipe, approved and accepted by the CPW Project Manager, complete and ready to use. Base Bid Item 13 – 15” P VC Buried Supply Pipe (Furnish and Install) This bid item includes all costs connected with the procurement and installation of the 15” PVC buried supply pipe as shown on the drawings and described in the applicable specifications. This bid item includes but is not limited to: pipe purchase, delivery, and transportation, excavations, earthwork and subgrade preparation, placement, purchase and installation of associated connection hardware, and other incidental costs connected with the installation of 15” PVC Buried Supply Pipe as shown on the plans, recommended by the manu facturer, and described in the applicable specifications. This bid item shall be measured and paid at the unit bid price for LINEAR FEET of installed 15” PVC buried supply pipe, approved and accepted by the CPW Project Manager, complete and ready to use. Base Bid Item 14 – Hydrants, Alfalfa Valves, Risers, Tees, and Fittings (Furnish and Install) This bid item includes all costs connected with the procurement and installation of the combination set of hydrants, alfalfa valves, risers, tees, and fittings as shown on the drawings and described in the applicable specifications. This bid item shall include but is not limited to: submittals, purchase, transportation, preparation, and installation of hydrants, alfalfa valves, risers, tees, and fittings , and all other incidental costs connected with the installations, as shown on the plans, recommended by the manufacturer, and described in the applicable specifications. This bid item shall be measured and paid at the unit price for EACH 12 combination set of installed hydrants, alfalfa valves, risers, tees, and fittings, approved and accepted by the CPW Project Manager, complete and ready to use. Base Bid Item 1 5 – Flow Distribution Box This bid item includes all costs connected with the installation of the flow distribution box as shown on the drawings and described in the applicable specifications. This bid item includes all costs connected with the flow distribution box, including but not limited to: submitt als, earthwork and subgrade prep, concrete formwork, steel reinforcement, steel fabrication, certifications, concrete purchase, delivery, and testing, and finishing. This bid item shall be measured and paid at the LUMP SUM unit bid price for installed flow distribution box approved and as accepted by the CPW Project Manager. Base Bid Item 16 – Seed and Mulch This bid item includes all costs connected with revegetation of areas shown on the plans or otherwise disturbed by construction operations. This bid item includes but is not limited to: submittals, purchase, testing, and required certifications of seed mix, earthwork preparations, seed and mulch placement, fine gradin g and all incidental costs connected with revegetation as shown on the plans and described in the applicable specifications. This bid item shall be measured and paid at the LUMP SUM unit bid price for completed revegetation accepted and approved by the CPW Project Manager. ALTERNATE BID ITEMS: Alternate Bid Item 17 – Alternate Flow Distribution Box - Replaces Base Bid Item #1 5 This alternate bid item includes all costs connected with the installation of the alternate flow distribution box as shown on
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.