West Coast Contractors awarded $5.5M for John Muir Trail ice cut construction, highlighting highway infrastructure needs
Contract Overview
Contract Amount: $5,542,492 ($5.5M)
Contractor: West Coast Contractors, Inc.
Awarding Agency: Department of Transportation
Start Date: 2025-08-04
End Date: 2026-03-19
Contract Duration: 227 days
Daily Burn Rate: $24.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: CA ERFO NP YOSE 2023-2(1) JOHN MUIR TRAIL ICE CUT CONSTRUCTION CONTRACT
Place of Performance
Location: YOSEMITE NATIONAL PARK, MARIPOSA County, CALIFORNIA, 95389
Plain-Language Summary
Department of Transportation obligated $5.5 million to WEST COAST CONTRACTORS, INC. for work described as: CA ERFO NP YOSE 2023-2(1) JOHN MUIR TRAIL ICE CUT CONSTRUCTION CONTRACT Key points: 1. Contract value represents a significant investment in critical trail infrastructure. 2. Competition dynamics suggest a potentially competitive bidding environment for this specialized work. 3. Performance timeline indicates a focused effort over approximately 227 days. 4. Geographic focus on California highlights regional infrastructure priorities. 5. Contract type suggests a clear scope and defined deliverables.
Value Assessment
Rating: good
The contract value of $5.54 million for the John Muir Trail ice cut construction appears reasonable given the specialized nature of the work and the firm fixed-price structure. Benchmarking against similar trail maintenance or construction projects in remote or challenging environments would provide further context. The absence of detailed cost breakdowns makes a precise value-for-money assessment difficult, but the competitive award suggests a market-driven price.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating that while the competition was intended to be broad, certain sources were excluded. This suggests a specific reason for exclusion, possibly related to specialized capabilities or past performance. With 3 bidders, the competition level was moderate, which can still lead to price discovery but may not be as robust as full and open competition with a larger number of participants.
Taxpayer Impact: The moderate competition level means taxpayers likely received a fair price, but there's a possibility that a wider pool of bidders could have driven the price down further.
Public Impact
Benefits hikers and park visitors by ensuring safe and accessible passage on the John Muir Trail. Supports the preservation and maintenance of a significant national recreational trail. Impacts the local economy in California through construction-related activities and potential employment. Enhances the overall user experience for a popular and iconic hiking destination.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if unforeseen conditions arise during ice cut operations.
- Dependence on specialized equipment and skilled labor, which could face availability challenges.
Positive Signals
- Firm fixed-price contract provides cost certainty for the government.
- Clear performance period (227 days) allows for focused execution.
- Award to a contractor with experience in highway construction suggests capability.
Sector Analysis
This contract falls within the broader construction sector, specifically focusing on infrastructure maintenance and improvement for recreational areas. The market for specialized trail construction and maintenance can be niche, often requiring contractors with specific environmental and engineering expertise. Comparable spending benchmarks would typically be found within federal land management agencies like the National Park Service or Forest Service for similar trail projects, though direct comparisons for 'ice cut' specific work are rare.
Small Business Impact
The contract was not specifically set aside for small businesses, and the data indicates the prime contractor is not a small business. There is no explicit information on subcontracting plans for small businesses. This means opportunities for small business participation may be limited unless the prime contractor voluntarily includes them in their subcontracting efforts.
Oversight & Accountability
Oversight will likely be managed by the Federal Highway Administration (FHWA) and potentially the National Park Service, given the trail's location. The firm fixed-price contract provides a degree of financial oversight. Transparency is facilitated by the public nature of federal contract awards, but detailed operational oversight specifics are not provided in this data.
Related Government Programs
- National Park Service Trail Maintenance
- Federal Highway Administration Infrastructure Projects
- Recreational Trail Program
- Public Lands Infrastructure Fund
Risk Flags
- Potential for environmental impact in a sensitive alpine region.
- Risk of delays due to extreme weather conditions common in mountain environments.
- Dependence on specialized equipment and expertise for ice removal.
Tags
construction, infrastructure, trail-maintenance, department-of-transportation, federal-highway-administration, california, firm-fixed-price, limited-competition, recreation, national-forest-service, high-altitude
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $5.5 million to WEST COAST CONTRACTORS, INC.. CA ERFO NP YOSE 2023-2(1) JOHN MUIR TRAIL ICE CUT CONSTRUCTION CONTRACT
Who is the contractor on this award?
The obligated recipient is WEST COAST CONTRACTORS, INC..
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Highway Administration).
What is the total obligated amount?
The obligated amount is $5.5 million.
What is the period of performance?
Start: 2025-08-04. End: 2026-03-19.
What is the specific nature of the 'ice cut' work required on the John Muir Trail, and what are the primary risks associated with it?
The 'ice cut' work likely refers to the removal of persistent ice formations or snowpack that can impede trail access or cause damage, particularly in high-altitude sections of the John Muir Trail. This could involve specialized excavation, melting, or removal techniques. Primary risks include challenging weather conditions, remote access difficulties, potential for rockfall or avalanches, environmental impacts on sensitive alpine ecosystems, and the need for specialized equipment capable of operating in freezing temperatures. The firm fixed-price nature of the contract places the risk of cost overruns due to these factors primarily on the contractor, West Coast Contractors, Inc.
How does the $5.54 million contract value compare to other similar trail construction or maintenance projects managed by federal agencies?
Direct comparisons for 'ice cut' specific work are difficult due to its specialized nature. However, for broader trail construction and major maintenance projects on federal lands, costs can range significantly. Projects involving significant earthmoving, bridge construction, or extensive trail rehabilitation in remote areas can easily run into millions of dollars. For instance, major trail restoration projects by the National Park Service have seen costs exceeding $10,000 per mile for difficult terrain. Given the John Muir Trail's iconic status and challenging Sierra Nevada environment, $5.54 million for a defined scope of work, including specialized ice removal, appears to be within a reasonable range, especially considering the firm fixed-price award after moderate competition.
What is West Coast Contractors, Inc.'s track record with federal contracts, particularly those involving infrastructure or environmental remediation?
West Coast Contractors, Inc. has a history of federal contract awards, primarily within the construction sector. While specific details on their experience with 'ice cut' operations or similar environmental remediation tasks on trails are not immediately available from this data alone, their involvement in highway, street, and bridge construction suggests a capacity for managing complex infrastructure projects. A deeper dive into their past performance ratings, contract history with agencies like the Department of Transportation or Department of the Interior, and any specific certifications related to environmental work or high-altitude construction would be necessary for a comprehensive assessment of their track record for this particular project.
What are the potential long-term benefits and implications of this ice cut construction for the John Muir Trail and its users?
The long-term benefits of this ice cut construction are primarily centered on improved accessibility, safety, and preservation of the John Muir Trail. By addressing persistent ice formations, the project aims to ensure a more predictable and safer opening of the trail season for thru-hikers and day users. This can enhance the overall visitor experience, potentially boosting recreational tourism in the surrounding areas. Furthermore, by mitigating ice-related erosion or damage, the construction work contributes to the long-term structural integrity and environmental health of the trail, preserving it for future generations. It aligns with federal goals of maintaining and improving recreational infrastructure on public lands.
How does the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' contracting method impact the overall cost-effectiveness for taxpayers?
The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' method aims to balance broad competition with the need for specific capabilities. While it's more competitive than a sole-source award, excluding certain sources means the government may not be considering all potential offerors. This could limit the downward pressure on pricing that might occur with truly unrestricted competition. However, if the exclusions were based on necessary qualifications or security requirements, this method can ensure that only capable contractors bid, potentially reducing risks of poor performance or contract failure, which can be more costly in the long run. The presence of three bidders suggests a reasonable level of competition was achieved under these conditions.
Industry Classification
NAICS: Construction › Highway, Street, and Bridge Construction › Highway, Street, and Bridge Construction
Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIES › CONSTRUCTION OF BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 6982AF25R000014
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 61050 HIGHWAY 101, COOS BAY, OR, 97420
Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $5,542,492
Exercised Options: $5,542,492
Current Obligation: $5,542,492
Actual Outlays: $3,084,989
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 6982AF24D000001
IDV Type: IDC
Timeline
Start Date: 2025-08-04
Current End Date: 2026-03-19
Potential End Date: 2026-03-19 00:00:00
Last Modified: 2026-03-11
Other Department of Transportation Contracts
- Dafis UDO Reconstruct W/O Advance — $3.8B (Lockheed Martin Services, LLC)
- THE Purpose of This Delivery Order Award IS to ADD Funding for FTI Telecommunications Services — $1.9B (Harris Corporation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Leidos, Inc.)
- Center for Advanced Aviation Development (caasd) Ffrdc Mitre — $1.7B (THE Mitre Corporation)
- Dafis UDO Reconstruct W/O Advance — $1.5B (Harris Corporation)