Similar Projects
Lime Sludge Handling Process - City of Margate
Infrastructure
Conception
$5,000,000 CJ est. value
Margate, FL 33063

West Central Boulevard Wet Pond - SW-6 - City of Cape Canaveral
Infrastructure
Conception
$2,500,000 CJ est. value
Cape Canaveral, FL 32920

Structure Demolition
Demolition, Infrastructure
Design
$200,000 CJ est. value
Bunnell, FL 32110

Water Treatment Plant 2A - Effluent Pipe Replacement
Renovation
Sub-Bidding
$35,000 CJ est. value
Pompano Beach, FL 33064

Wastewater Treatment Plant (WWTP) Improvements - Flexible Membrane Disc Diffuser
Term Contract
Sub-Bidding
Punta Gorda, FL 33982

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

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

Environmental Services
Term Contract
Results
Jacksonville, FL

Water Monitoring Services, Term Contract
Term Contract
Results
Ocala, FL

MLK Demolition
Demolition, Infrastructure
Construction
$250,000 CJ est. value
Panama City, FL 32401

Mold Remediation
Renovation
Construction
$11,250 CJ est. value
Gainesville, FL 32601

International Drive Wet Pond - SW-5 - City of Cape Canaveral
Infrastructure
Conception
$300,000 CJ est. value
Cape Canaveral, FL 32920

Wastewater Treatment Plant (WWTP) Improvements - Metal Building Systems
Term Contract
Sub-Bidding
Punta Gorda, FL 33982

Brownsville - 3300 West Desoto Street Asbestos Abatement
Alteration
Post-Bid
Pensacola, FL 32505

Sanitary Landfill Water Sample Collection and Analysis
Term Contract
Results
Jacksonville, FL

Last Updated 01/13/2023 12:33 AM
Project Title

Intracoastal Waterway Jacksonville to Miami - Maintenance Dredging, 12- Foot Project, Palm Valley, South Reach

Physical Address View project details and contacts
City, State (County) Jacksonville, FL 32202   (Duval County)
Category(s) Single Trades
Sub-Category(s) Environmental
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected January 2023
Bids Due View project details and contacts
Estimated Value $4,504,806 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Jan 12, 2023 Contract Award Number: W912EP23C0007 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: KMRHQL3M2NJ7 Contractor Awarded Name: SOUTHWIND CONSTRUCTION CORP Contractor Awarded Address: Evansville, IN 47725-9368 USA Base and All Options Value (Total Contract Value): $4504806.48 PID: BBHQ93 *** AMENDMENT 0002 HAS BEEN POSTED *** *** AMENDMENT 0001 HAS BEEN POSTED *** *** SOLICITAITON HAS BEEN POSTED *** A Pre-Bid Conference will be held via teleconference on: TO BE DETERMINED, Local Time. The call-in number is: 1-844-800-2712, the Access Code is: 2761 553 0243 and the link to be utilized is as follows: https://usace1.webex.com/meet/manuela.d.voicu. It is requested that an email be sent to Guesley.Leger@usace.army.mil no later than TO BE DETERMINED, to confirm attendance by your organization. DESCRIPTION OF WORK: The project is located at St. Johns County, Florida Work associated with the subject requirement consists of maintenance dredging of approximately 300k cy of material within the waterway with placement in Dredge Material Management Area (DMMA) SJ 14. The dredge area begins in St. Johns County at the County Road 210 bridge and continues south for approximately 6.5 miles. SJ14 is located at the most northern portion of the project area. Contractor's dredge pipe will be placed within the existing pipeline easement from the IWW to SJ14. A permanent return line exists running underground along the same easement. There will be 1 road crossing that should be sufficient for emergency vehicles and one pipe sleeve under a second road within the corridor. Material to be dredged is not one consistent shoal but is spotty along the 6.5 miles. Composition of the material along this reach is fine sand with varying amount of silts and debris. There are no environmental windows associated with this project but there is a bird monitoring requirement at the DMMA. Gopher tortoise relocations will occur prior to commencement of construction by the Florida Inland Navigation District. There will also be 3 separate crossings with the pipeline thru wetlands. The Invitation for Bid (IFB) IS issued on 22 July 2022 and bids are due on 06 September 2022. NAICS Code 237990, Dredging and Surface Cleanup Activities. The Small Business Standard is $30.0 million. Magnitude of construction is between $5,000,000.00 and $10,000,000.00. The period of performance associated with this requirement is: 195 calendar days after receipt of the Notice to Proceed (NTP). INSTRUCTIONS FOR TECHNICAL INQUIRIES AND QUESTIONS 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 5, 2022, End of Day. 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, followed by an answer to the comment/question after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet. The Solicitation Number is: W912EP22B0007 The Bidder Inquiry Key is: I8T7SV-WANQ6S INTRACOASTAL WATERWAY JACKSONVILLE TO MIAMI - MAINTENANCE DREDGING, 12-FOOT PROJECT, PALM VALLEY, SOUTH REACH, ST. JOHNS COUNTY, FLORIDA DESCRIPTION OF WORK: REFER TO SECTION 01 11 00 FOR COMPLETE PROJECT DESCRIPTION DRAWINGS: SEE DFARS CLAUSE 252.236-7001, SECTION 00700. MAGNITUDE OF CONSTRUCTION IS BETWEEN $5,000,000 - $10,000,000. THIS PROCUREMENT IS A SMALL BUSINESS SET-ASIDE. THE NAICS CODE FOR THIS PROJECT IS 237990 AND THE SMALL BUSINESS SIZE STANDARD IS $30 MILLION. IAW FAR 52.204-7 -- SYSTEM FOR AWARD MANAGEMENT, YOU MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) TO RECEIVE AN AWARD FROM THIS SOLICITATION. THE SAM WEBSITE IS LOCATED AT WWW.SAM.GOV. IN ACCORDANCE WITH (IAW) FAR CLAUSE 52.236-27, ALT I, AN ORGANIZED SITE VISIT HAS BEEN SCHEDULED. SEE FAR 52.236-27, ALT I IN SECTION 00100 FOR DETAILS. **SEE BLOCK 11 - SEE SECTION 00700, FAR CLAUSE 52.211-10 FOR PERIOD OF PERFORMANCE. **SEE ELECTRONIC BIDS IN SECTION 00100 FOR SUBMISSION INSTRUCTIONS. BID OPENING WILL BE HELD VIRTUALLY VIA WEBEX. UTILIZE THE LINK AND CALL-IN INFORMATION PROVIDED BELOW: HTTPS://USACE1.WEBEX.COM/MEET/MANUELA.D.VOICU AUDIO TELECONFERENCE: 844-800-2712, THE ACCESS CODE: 2761 553 0243 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 Thursday, August 25, 2022, at 09:00 AM local time at the Dredged Material Management Area (SJ-14). (c) Participants should contact Geoffrey Klug via email at geoffrey.m.klug@usace.army.mil on or before August 23, 2022, to make arrangements (d) After the site visit, a memorandum summarizing the visit will be posted to SAM.GOV, under the solicitation number. This posting will be strictly for informational purposes only. The memorandum will not become a part of the solicitation. If the solicitation needs to be changed as a result of information obtained during the site visit, a written amendment will be made available to all registered vendors. Questions regarding any information given in the memorandum must be directed to the person whose name appears in item 9 of the Standard Form 1442. SOLICITAITON HAS BEEN POSTED *** A Pre-Bid Conference will be held via teleconference on 26 August 2022 @ 11:00am, Local Time. The call-in number is: 1-844-800-2712, the Access Code is: 2761 553 0243 and the link to be utilized is as follows: https://usace1.webex.com/meet/manuela.d.voicu. It is requested that an email be sent to Guesley.Leger@usace.army.mil no later than 25 August 2022 at 3:00pm, EDT to confirm attendance by your organization. DESCRIPTION OF WORK: The project is located at St. Johns County, Florida Work associated with the subject requirement consists of maintenance dredging of approximately 300k cy of material within the waterway with placement in Dredge Material Management Area (DMMA) SJ 14. The dredge area begins in St. Johns County at the County Road 210 bridge and continues south for approximately 6.5 miles. SJ14 is located at the most northern portion of the project area. Contractor's dredge pipe will be placed within the existing pipeline easement from the IWW to SJ14. A permanent return line exists running underground along the same easement. There will be 1 road crossing that should be sufficient for emergency vehicles and one pipe sleeve under a second road within the corridor. Material to be dredged is not one consistent shoal but is spotty along the 6.5 miles. Composition of the material along this reach is fine sand with varying amount of silts and debris. There are no environmental windows associated with this project but there is a bird monitoring requirement at the DMMA. Gopher tortoise relocations will occur prior to commencement of construction by the Florida Inland Navigation District. There will also be 3 separate crossings with the pipeline thru wetlands. The Invitation for Bid (IFB) IS issued on 22 July 2022 and bids are due on 06 September 2022. NAICS Code 237990, Dredging and Surface Cleanup Activities. The Small Business Standard is $30.0 million. Magnitude of construction is between $5,000,000.00 and $10,000,000.00. The period of performance associated with this requirement is: 195 calendar days after receipt of the Notice to Proceed (NTP). *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. project no W912EP-22-B-000

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