Similar Projects
Lake Kersten Repairs - SW00034 - City of Gaithersburg
Infrastructure
Conception
$800,000 CJ est. value
Gaithersburg, MD 20878

Blue Heron Nature Preserve - Queen Anne's County
Infrastructure
Conception
$530,000 CJ est. value
Stevensville, MD 21666

Athletic Surfacing and Asphalt Maintenance
Infrastructure
Design
$400,000 CJ est. value
Prince Frederick, MD 20678

Install, Repair, or Replace Traffic Barrier at Various Locations in Dorchester, Somerset, Wicomico, and Worcester Counties
Infrastructure
Sub-Bidding
$2,500,000 CJ est. value
Cambridge, MD 21613

Georges Creek Wastewater Treatment Plant Wash Press Unit
Term Contract
Sub-Bidding
Westernport, MD 21562

Water Resources Environmental Monitoring
Post-Bid
Bel Air, MD

Freedom District Wastewater Treatment Plant (WWTP) Beneficial Re-Use Services for Dewatered Biosolids
Term Contract
Post-Bid
Sykesville, MD 21784

Remedial Investigations for Per- and Polyfluoroalkyl Substances (PFAS) Impacted Areas at Army Installations in the Northeast Region
Results

Remedial Investigations for Per- and Polyfluoroalkyl Substances (PFAS) Impacted Areas at Army Installations in the Northeast Region
Results

Lake Placid Repairs - SW00036 - City of Gaithersburg
Infrastructure
Conception
$600,000 CJ est. value
Gaithersburg, MD 20878

Sludge Hauling Service at ECI Wastewater Treatment Plant
Term Contract
Sub-Bidding
Princess Anne, MD 21853

Environmental Services
Term Contract
Post-Bid
Less than $500,000 est. value
Washington, DC

Abatement and Demolition Services
Results
Baltimore, Catonsville, MD 21202

Chestertown Stream Restoration And Midtown Pond Retrofit - SW999 - City of Gaithersburg
Infrastructure
Conception
$970,000 CJ est. value
Gaithersburg, MD 20877

Water and Sewer Right-of-Way Mowing and Clearing (2022A)
Term Contract
Sub-Bidding
Forest Hill, MD 21050

Last Updated 11/15/2022 02:42 AM
Project Title

Lower Wicomico River Maintenance Dredging

Physical Address View project details and contacts
City, State (County) Salisbury, MD 21801   (Wicomico County)
Category(s) Single Trades
Sub-Category(s) Environmental
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $13,541,449 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Sep 27, 2022 Contract Award Number: W912DR22B0018 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: Contractor Awarded Name: Cottrell Contracting Corporation Contractor Awarded Address: Chesapeake, VA 23320 USA Base and All Options Value (Total Contract Value): $13541449.16 PROJECT TITLE: Low er Wicomico River Maintenance Dredging, Wicomico County, Maryland The proposed project w ill be Total 100% Small Business Set-Aside, firm-fixed price contract procured in accordance w ith FAR Part 14, Sealed Bidding, via an Invitation for Bid (IFB). Type of Contract: Firm-Fixed Price (FFP) NACIS: 237990 SIZE STANDARD: 39.5 million Lower Wicomico Maintenance Dredging Scope of Work 4/20/2022 The U.S. Corps of Engineers Baltimore District is seeking sources for a dredging project entitled, Lower Wicomico River Maintenance Dredging, Wicomico County, MD. The place of performance is located in Wicomico and Somerset Counties, Maryland. Material will be placed beneficially for wetland restoration at the Deal Island Wildlife Management Area (WMA) located in Somerset County, MD. Construction magnitude is around $10,000,000.00 to $25,000,000. The construction duration will be approximately 730 calendar days. The scope includes the hydraulic dredging the lower half of the Wicomico River to its authorized depth of 14 feet (plus one foot of allowable overdepth). Approximately 120,000 cubic yards of silty material, with small pockets of sandy material, are to be dredged. Placement of material via pipeline will be utilized. Pipeline distance will be, on average, 8 miles, with a maximum pumping distance of 14 miles. The pipeline will travel through the Wicomico River and over land (approximately 4 miles) to reach the placement site. The pipeline will be placed atop the existing berm at the WMA impoundment and a diffuser shall be used at multiple locations to place the material at a lower velocity into the placement site. The outflow of the pipeline shall be moved across the project placement areas to achieve the desired elevation. As such, careful attention to the prescribed elevation in placing the material is critical to the success of the project. Approximately 70 acres of land will be restored. Due to the location of the placement site being surrounded by water and the WMA impoundment, minimal land access is available with little to no access for heavy equipment from the land side of the project placement site. Wetland restoration is meant to increase migratory bird nesting habitat. To ensure the restoration goals are met the placement location shall also include placing straw bales as natural containment around the southern end of the placement site. The straw bales are to act as containment for dredged material placed for wetland restoration and increasing migratory bird nesting habitat. Approximately 11,000 strawbales will be used stacked two high with an additional single stacked row at the interior of the placement site to provide proper containment of the dredged material. Tidal ditch plugs shall be constructed in areas of high erosion or open water. Approximately 20 ditch plugs of varying size are to be constructed. After dredged material placement, vegetation will be planted to restore the wetland. Planting of vegetation will occur over the two growing seasons post dredged material placement. Vegetation will be Spartina patens and Distichlis spicata, and possibly a smaller amount of Panicum. W912DR22B0018 Page 4 of 60 Vegetation the first growing season may require aerial seeding, based on consolidation of the dredged material. Vegetation the first growing season shall also require the exterior edge only to be hand planted to provide stabilization, with interior planting occurring the second growing season once material has consolidated. It is estimated that the primary contractor is to complete 50% of the work, and the subcontractor to complete the remaining 50%. TIMELINESS OF BIDS: For the purposes of establishing whether a bid submission is considered timely, the Government considers the date and time the submission is completely uploaded into the SAFE website. Do not assume that electronic communication is instantaneous. It can take several minutes or even hours in some cases. The Government will not be responsible for bids delivered to any location or to anyone other than those designated to receive bids. Bidders are responsible for ensuring that bids are submitted so as to reach the designated recipient. Bidders are responsible for allowing sufficient time for the bid to be received in accordance with the instructions provided. Bid Opening Bids will be opened after bid submission time has expired and the Government has had time to download and organize the bids from the SAFE sight. No Government officials will open electronic documents until the Independent Government Estimate is finalized and received by the Bid Opening Official. BID OPENING TIME: 11:00 AM EDT on August 18, 2022 The bid opening will be conducted via public conference call. Bidders and members of the public may use the below information to access the conference call: Call In info: 1-844-800-2712 Access Code: 2761 721 3249 https://usace1.webex.com/meet/katie.r.marrette https://usace1.webex.com/usace1/j.phpMTID=m78b0fee8a8f3f0cb9ec9471f74a7ce0d During the bid opening, the Bid Opening Official will read the bid totals in the order received electronically. The Bid Opening Official will then read the line item prices and total for each submission. The Contract Specialist will record the bid opening results, which will be posted to www.SAM.gov as quickly as practicable following the bid opening. W912DR22B0018 Page 9 of 60 In accordance with FAR 14.402-1(c), interested persons may examine the bids after the bid opening. Interested persons may contact the Contract Specialist identified above following the bid opening to request an electronic copy of the bid(s). Please be considerate of limited Government resources and request bid copies only as necessary. To preserve conference line stability, bidders are asked to limit the number of individual calls to the conference line to the minimum needed for participation. The bid opening will proceed as scheduled even if individual bidders or members of the public are not able to access the telephone line at the bid opening time. Any interested party may access the results of the bid opening on www.SAM.gov shortly after the bid opening. REQUESTS FOR INFORMATION Technical inquiries and questions relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet at (https://www.projnet.org) No Later Than (NLT) August 02, 2022, 11:00 AM EDT. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A prospective vendor who submits a comment /question will receive an acknowledgement of their comment/question via email. Another email to the same address will notify the prospective vendor once the reply is available for viewing. The Bidder Inquiry Key is: GF9SUF-Q5GNS9 SITE VISIT (CONSTRUCTION) (FEB 1995) - ALTERNATE I (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been scheduled for-- July 27, 2022 (c) Participants will meet at-- The location for the site visit will be at the Southern Impoundment Pubic Boat Ramp (map attached). The general directions to the boat ramp are as follows: From U.S. Route 13, take MD 363 west from Princess Anne W912DR22B0018 Page 13 of 60 about 11 miles to Deal Island WMA. Marked parking areas located off the South Impoundment public boat ramps. We will not be going out by boat for the site visit, only by land and walking along the impoundment berm *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 01 - General Requirements, Special Procedures, Environmental Procedures.
Division 02 - Existing Conditions, Environmental Assessment, Hazardous Material Assessment, Site Remediation, Asbestos Remediation.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents