Similar Projects
RFP Design - Construction of 3 Bridge Structures - 66th Street South East Railroad Overpass Project
Infrastructure
Conception
$700,000 CJ est. value
Bismarck, ND 58504

The Stockyard
New Construction, Infrastructure
Conception
$10,000,000 CJ est. value
West Fargo, ND 58078

Bismarck Public Health Facility - Sitework
New Construction - 21,825 SF
Design
Bismarck, ND 58504

The Ascent
New Construction, Infrastructure
Design
$75,000,000 CJ est. value
Fargo, ND 58104

Phase 2 Slope Stabilization Project
Infrastructure
Bidding
$3,900,000 CJ est. value
Bismarck, ND 58504

SEPA Industrial Park Rail Loop Expansion
Infrastructure
Bidding
$800,000 CJ est. value
Spiritwood, ND 58481

Mandan High School BP-1 Earthwork
New Construction, Infrastructure
Post-Bid
Bismarck, ND

Dakota Prairie Grasslands - Abandoned Well Site Restoration
Alteration
Post-Bid
Medora, ND

Red River Structure - FMM Area Flood Risk Management
Results
$100,000,000 to $250,000,000 est. value
Fargo, ND

McDowell Dam Bank Stabilization 2021
Results
$106,000 est. value
Bismarck, ND

Sports Complex - Fargo Park District
New Construction, Infrastructure
Construction
$77,000,000 CJ est. value
Fargo, ND 58104

Nodak Insurance Company Football Performance Complex - PHASE II - BID PACKAGE #01
New Construction, Infrastructure - 12,000 SF
Construction
$37,200,000 CJ est. value
Fargo, ND 58102

Lashkowitz High Rise Redevelopment
Demolition, New Construction, Renovation, Infrastructure
Pending Verification
$33,900,000 CJ est. value
Fargo, ND 58103

Marquis Subdivision Self Storage
New Construction, Infrastructure
Pending Verification
$3,000,000 CJ est. value
Bismarck, ND 58504

RFP Engineering - Burnt Creek River Crossing Within 28th Street NW Project
Infrastructure
Conception
$200,000 CJ est. value
Hay Creek, ND 58503

Last Updated 11/30/2022 06:35 PM
Project Title

Pipestem Dam Spillway Modifications

Physical Address View project details and contacts
City, State (County) Jamestown, ND 58401   (Stutsman County)
Category(s) Heavy and Highway
Sub-Category(s) Dam/Tunnel, Site Development
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $131,496,937 [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 22, 2022 Contract Award Number: W9128F22C0034 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: LEGGW1TNMVC9 Contractor Awarded Name: BARNARD CONSTRUCTION COMPANY, INCORPORATED Contractor Awarded Address: Bozeman, MT 59715-2453 USA Base and All Options Value (Total Contract Value): $131496937.00 esults of Step 1 - Technical Evaluation of the Two Step IFB process The following firms submissions have been identified as being technically acceptable and shall proceed to Step 2 of the Two Step IFB process. Barnard Construction Company Inc. - 701 Gold Ave., Bozeman Montana 59715-2453 Ames Construction Inc. - 2500 County Road 42 W, Burnsville, Minnesota 55337-6911 - Bids will be due on 30 July 2022 - The U.S. Army Corps of Engineers (USACE) Omaha District hereby issues the Step-One IFB of a Full and Open Unrestricted Two-Step Invitation for Bid (IFB) that will result in one (1) Firm Fixed-Price contract for the Pipestem Dam Spillway Modification Project on the Pipestem Creek near Jamestown, ND. The North American Industry Classification System (NAICS) Code is 237990 (Other Heavy and Civil Engineering Construction). Estimated Magnitude of Construction: Between $100,000,000 and $250,000,000 PROJECT SCOPE: This DBB construction contract will consist of a stepped roller compacted concrete (RCC) spillway chute structure with an integrated three-stage labyrinth crest control structure, approach walls, and stilling basin. Together, the chute structure and stilling basin will prevent the initiation of spillway erosion at the downstream end of the spillway. Dikes on the left and right sides of the spillway channel will train the flow into the chute structure and provide flanking protection to prevent erosion from initiating outside of the spillway channel. The spillway modification also includes lowering of the upstream spillway channel and the approach channel to 6 to 8 feet below existing grade. TWO-STEP PROCUREMENT: This solicitation and resulting contract are using a Two-Step Sealed Bidding procurement method as described in FAR Part 14.5. The two-step procedure is a combination of competitive procedures designed to obtain the benefits of sealed bidding while ensuring only technically acceptable firms participate in the priced sealed bid. The process allows for the Step One technical proposal submission and evaluation to be performed concurrent with the development of the final 100% technical specifications and construction drawings. Step One ensures that only technically acceptable firms participate in the Step Two sealed bid process. The Step One solicitation, issued as a Request for Technical Proposal, is issued here. The submission requirements of Step One, Request for Technical Proposal, shall not include any prices or pricing information. Bid bonds / guarantees are not required to be submitted with the Step One technical proposal. Under this bidding process, Step One consists of the request for submission, evaluation and (if necessary) discussion of a technical proposal. Only one (1) technical proposal may be submitted by each offeror. The proposals will be evaluated for technical acceptability. Again, the technical proposal must not include prices or pricing information. A notice of "acceptable" or "unacceptable" will be forwarded to each Step One offeror upon completion of the technical proposal evaluation and final determination. The names of the offerors that submitted acceptable technical proposals will be listed on the Government's https://sam.gov/ website for the benefit of prospective subcontractors. In Step Two, an amendment to the solicitation will be issued along with the final 100% technical specifications and construction drawings to only those offerors whose technical proposals are determined to be acceptable in Step One. The normal sealed bidding process in FAR Part 14 will be followed in Step Two. Only bids based upon technical proposals determined to be acceptable, either initially or as a result of discussions for Step One, will be considered for award. Each bid in Step Two must be based on the bidder's own technical proposal that was submitted, evaluated and determined to be acceptable in Step One. Bidders must comply with the 100% technical specifications and construction drawings and the bidder's acceptable technical proposal. Bid bonds will be required to be submitted with the Step Two bid submission. Payment and Performance Bonds will be required for the full amount (100%) at the time of contract award before the Notice to Proceed (NTP) can be issued. A site visit is tentatively scheduled for 10 May 2022. Individuals interested in attending must register in advance. See solicitation for details. Interested prime contractors must have an active System for Award Management (SAM) registration. Firms can register via the SAM website at https://sam.gov/. If an offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one (1) business/firm/entity. *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 02 - Existing Conditions, Subsurface Investigation.
Division 31 - Earthwork, Site Clearing, Grading, Excavation and Fill, Subgrade Preparation, Excavation, Shoring, Tunneling and Mining, Tunnel Excavation.
Division 35 - Waterway and Marine Construction, Dam Construction and Equipment.

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