SLED Opportunity · MARYLAND · WICOMICO COUNTY

    Sharps Point Soil Relocation Project Management - Phase 2

    Issued by Wicomico County
    countyRFQWicomico CountySol. 197235
    Closed
    STATUS
    Closed
    due Mar 31, 2026
    PUBLISHED
    Mar 10, 2026
    Posting date
    JURISDICTION
    Wicomico County
    county
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Wicomico County seeks qualified vendors for project management services for the Sharps Point Soil Relocation Project - Phase 2, under specified terms and conditions.

    Opportunity details

    Solicitation No.
    197235
    Type / RFx
    RFQ
    Status
    open
    Level
    county
    Published Date
    March 10, 2026
    Due Date
    March 31, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    Wicomico County
    Agency
    Wicomico County

    Description

    The County is seeking proposals from qualified Vendors for Sharps Point Soil Relocation Project Management - Phase 2, in accordance with the terms and conditions and specifications set forth in this solicitation.

    Project Details

    • Reference ID: 2025-IFB-071
    • Department: Public Works - Solid Waste Division
    • Department Head: Adam Corry (Executive Director of Environmental Services)

    Important Dates

    • Questions Due: 2026-03-24T16:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-17T13:00:20.634Z — 622 Sharps Point Road, Fruitland, MD 21826

    Addenda

    • Addendum #1 (released 2026-03-10T20:26:33.964Z) —
      • Agenda updated within Timeline and uploaded here. 

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #2 (released 2026-03-17T15:16:00.896Z) —
      • Pre-bid sign in sheet Sharps Point Soil Relocation Project Management - Phase 2
    • Addendum #3 (released 2026-03-24T17:50:06.230Z) —
      • Correction in 1.2 Timeline
        • Phase 2 - 120,000 cy relocations deadline: July 25, 2026 7:00 p.m.
        • To match Section 5.1.E.
      • Removed "or on Sundays" from Section 3.11 Time for Completion

       

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #4 (released 2026-03-24T18:01:08.801Z) —
      • Section 5.4, 1. D - Changed percentage, in parentheses, to 5%.

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #5 (released 2026-03-25T20:08:51.500Z) —
      •  SECTION 01 20 00 MEASUREMENT AND PAYMENT
    • Addendum #6 (released 2026-03-25T20:25:36.866Z) —
      • Questions & Answer Report (1-43)

    Evaluation Criteria

    • PURPOSE

      The purpose of this Invitation for Bid Document is for Wicomico County (“County”) to contract for Soil Relocation Project Management services in conformity with the requirements contained herein (“Bid Document(s)”).

    • SCOPE

      The County is seeking bids from qualified Vendors to contract for Sharps Point Soil Relocation Project Management - Phase 2 in accordance with the terms and conditions and specifications set forth in this solicitation. 

    • ECONOMY BID

      Bid Documents will be prepared simply and economically, providing straightforward and concise description of the Vendor’s capabilities to satisfy the requirements of the Bid Documents. Emphasis should be on completeness and clarity of content. Elaborate brochures and other representations beyond that sufficient to present a complete and effective Bid Document are neither required nor desired.

    • DRAWINGS AND SPECIFICATIONS

      1. Should any detail be omitted from the drawings or specifications, or should any errors appear in either, it shall be the duty of the Successful Vendor to notify the County’s designated construction inspector. 

      2. In no case shall the Successful Vendor proceed with the work without notifying and receiving definite instructions from the County. Work wrongly constructed without such notification shall be corrected by the Successful Vendor at his own cost.

    • MATERIALS, SERVICES, AND FACILITIES

      1. It is understood that, except as otherwise specifically stated in the Bid Documents, the Successful Vendor will provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature, and all other services and facilities of any nature whatsoever necessary to execute, complete, and deliver the Work within the specified time.

      2. Materials and equipment will be so stored as to insure the preservation of their quality and fitness for the Work. Stored materials and equipment to be incorporated in the Work will be located so as to facilitate prompt inspection.

      3. Manufactured articles, materials, and equipment will be applied, installed, connected, erected, used, and conditioned as directed by the manufacturer. 

      4. Materials, supplies, and equipment will be in accordance with samples submitted by the Successful Vendor and approved by the County.

    • TIMELINE
      Release Project Date:March 10, 2026
      Pre-Proposal Meeting (Non-Mandatory):March 17, 2026, 9:00am

      Agenda

      622 Sharps Point Road, Fruitland, MD 21826

      Question Submission Deadline:March 24, 2026, 12:00pm
      Response Submission Deadline:March 31, 2026, 2:30pm
      Phase 2 - 120,000 cy relocation deadline:July 25, 2026, 7:00pm
    • CONTRACT PRICING
      1. Contract pricing will be valid from Notice To Proceed through County approved completion.  (“Contract Period”).  
      2. Pricing must include all labor, materials, tools, and equipment to perform Work.
      3. Pricing will not change during the Contract Period.
      4. Contract will be cancelled by the County for convenience, if funds are not approved for this Work during any fiscal budget year.
      5. Project Target Completion is July 25, 2026.
    • PUBLIC INFORMATION (PIA)

      1. Wicomico County is subject to the Maryland Public Information Act and may be required to release bid submissions in accordance with the Act.

      2. Any materials the Vendor deems to be proprietary or copyrighted must be marked as such; however, the material may still be subject to analysis under the Maryland Public Information Act.

      a. The Vendor may invoke proprietary information or trade secret protection for submission of any data/material by (1) identifying the data/material in a written description, (2) clearly marking the data/material as proprietary, and (3) providing a written statement detailing the reasons why protection is necessary. The County reserves the right to ask for additional clarification prior to establishing protection.

    • Scope of Work
      1. Objective
        1. Vendor to provide equipment necessary to excavate and relocate material in an efficient and timely manner. 
        2. The purpose of this project is to manage the relocation of soil from the Sharps Point site {622 Sharps Point Road, Fruitland, MD 21826} to the Owens Branch stockpile site {28562 Owens Branch Road, Salisbury 21801 - Tax Map 28 Grid 24 Parcel 56}.
          1. The Owens Branch stockpile site is located at the entrance of the General Services facility. 
        3. This includes the loading of soil into dump trucks, hauling it to the designated destination, unloading the soil, and strategically stockpiling it as per project requirements.
          1. Material placement operations at Owens Branch Stockpile site shall at all items be managed in a manner to provide for singular/uniform stockpile to the maximum extent possible. 
      2. Project Tasks
        1. Soil Loading at Sharps Point
          1. Scope: Load soil from the Sharps Point site into dump trucks using appropriate vendor supplied equipment, such as front-end loaders, excavators, or bulldozers.
          2. Excavation activities may necessitate amphibious tracked equipment. 
          3. Limits of excavation shall not exceed 25' below berm level.
          4. Requirements: Ensure soil is loaded efficiently, minimizing spillage and maximizing load capacity while adhering to safety and transport regulations.
        2. Soil Hauling to Owens Branch stockpile site
          1. Scope: Transport the loaded soil from Sharps Point to Owens Branch stockpile site.
          2. Requirements: Utilize vendor supplied dump trucks with sufficient capacity for the haul, ensuring that soil is safely and securely transported. Comply with traffic regulations, including any permits required for hauling.
          3. Transportation Route: The primary route for hauling will be: Exit Right from Sharp's Point site onto Sharp's Point Road, Turn Right on Camden Ave., Take immediate Y to the Left and continue on Camden Ave towards South Division Street, Turn Left on South Division Street towards US 13, Turn Left on US 13N towards the intersection of East Cedar Lane, Take Right onto East Cedar Lane, continue through traffic circle onto St. Luke's Road, Turn Left on US50 Bypass West, traveling on bypass until exit on Right at Naylor Mill Road, Turn Left on Naylor Mill Rd toward route 50 business, Turn Left on to route 50 business Eastbound, Turn Right onto Owens Branch Rd, arrival at 28562 Owens Branch Road, Salisbury 21801, which is the first gravel entrance on the Right. 
        3. Soil Unloading at Owens Branch stockpile site
          1. Scope: Unload soil at the Owens Branch stockpile site, following the specified unloading zones and safety protocols.
          2. Requirements: Soil must be unloaded in an orderly manner using appropriate vendor supplied unloading equipment (e.g., dump trucks, excavators).
        4. Stockpiling of Soil
          1. Scope: Strategically stockpile the soil at the Owens Branch stockpile site.
          2. Requirements: The soil should be placed in designated stockpile areas based on project specifications, ensuring optimal space utilization, accessibility, and environmental and permit requirments. The contractor will provide manpower and equipment on the Owens Branch stockpile site capable of obtaining maximum allowable height of stockpiling. 
          3. Stockpile Specifications:
            1. Stockpiles shall not exceed 20 feet in height and must be kept clear of encroaching roads, facility, and active work areas
            2. approximately 5 acres
            3. Stockpile general layout is attached (ESC Plan). 
        5. Sequence of activity (cell), and Dewatering
          1. Successful Vendor shall prioritize removal/recovery of in-situ dredge materials currently contained within Cells 2 and 3, to accomplish removal of a minimum 100,000 cubic yards from Cell 2 and an additional 20,000 cubic yards from Cell 3 providing for access into Cell 3 for water control feature replacement by other parties. 
          2. Cell removal shall not run concurrent.
          3. Cell 2 is the primary rmeoval site. 
          4. Successful Vendor shall provide all necessary equipment and labor to accommodate dewatering within the aforementioned cells as needed.   
          5. Dewatering operations will be directed to alternate cells on the facility, to be determined by the US Army Corps of Engineers at the time of the Pre-Construction Meeting.

      3. Phase 2 - contract period
          1. Required to relocate 120,000 cy
          2. Hours of Operations
            1. 7 days a week
            2. 7:00 a.m. - 7:00 p.m.
            3. Hours of Operation may be adjusted, as mutually agreed to by both parties. If no agreement, then initial hours of operation remain in effect.
            4. Weekends
            5. No County Holidays as listed on the County website. 
            6. Continuous work
            7. Weather related shut down shall be approved by authorized County designee prior to absenteeism.
      4. Deliverables
        1. Fully loaded dump trucks ready for transportation.
        2. Clean and efficient hauling process from Sharp Point to Owens Branch  stockpile site.
        3. All activity shall include precautions to control and mitigate erosion of soil, sediment, silt, gravel, or other material onto adjacent roads, properties, or waters. All materials tracked or otherwise deposited on roadways adjacent to the sites or used to haul shall be cleaned daily.
        4. The Successful Vendor will be responsible for maintaining the access road and the roads surrounding the cells during the work progress and placing all disturbed areas back to their original condition at the end of the project. 
        5. Unloading of soil at Owens Branch  stockpile site as per the plan.
        6. Properly stockpiled soil at the Owens Branch  stockpile site in designated areas.
      5. Equipment and Materials (Vendor Supplied)
        1. Required Equipment: Dump trucks, front-end loaders, excavators, bulldozers, safety gear, and any additional machinery necessary for the task.
        2. Materials: None (the work involves the relocation of existing soil).
      6. Safety and Compliance
        1. Comply with local, state, and federal regulations concerning transportation, soil management, safety and erosion and sediment control.
        2. Traffic Control signage
        3. Ensure proper training for personnel involved in the loading, hauling, unloading, and stockpiling processes.
        4. Adhere to safety protocols for equipment operation and personnel safety.
        5. Implement environmental protections to prevent contamination or erosion of soil during transport or stockpiling.
      7. Reporting and Communication
        1. Track and quantify material being excavated by survey or accurate load count. 
        2. Camera logs at ingress and egress at both facilities are required, to provide for proper truck count conformation.  Another mutually agreed upon methodology may be discussed.  
        3. Regular updates on the progress of the soil relocation shall be provided to the project manager (Adam Corry or other County designee).
        4. Weekly Log Reports will be required every Monday by 5:00 p.m. (Close of Business) for the prior week's production, detailing the number of truckloads hauled, soil conditions, and any issues encountered will be submitted.
        5. Weekly Log Report is provided as an attachment to these Bid Documents
        6. Failure to provide adequate, accurate, and timely logs and required information of the  aforementioned, may result in delay of payment.
        7. If in the opinion of the County, the Successful Vendor is not making adequate process on moving the material, the County can require the Successful Vendor to add more equipment and manpower. 
      8. Permits
        1. The County is the permittee. 
        2. The County possess the current deposition site permit.
        3. The Contractor is responsible to obtain all necessary permits includes, but not limited to NOI. 
      9. Contractor Responsibilities
        1. SMART Fence
        2. Shall Provide, Install, and Maintain steel plate road protection at the following locations:
          1. Please refer to Steel Plate Map in attachments
          2. Steel Plating shall be installed at the Pipe Crossing located approximately 2,740 feet from the exit haul road from Sharps Point onto Sharps Point Road.
        3. Construction Entrance
        4. Erosion and Sediment Control at Owens Branch stockpile site.
        5. Will stake out perimeter of stockpile location.
      10. County Responsibilities
        1. Existing Cell Layout of the Sharps Point location is attached.
        2. Pre-Con Meeting will be held with the Successful Vendor, after the contract is fully executed.
        3. County will have the right to visit, inspect, and adjust process as necessary, by designee County employee. Upon change, a written documentation will be completed for all parties
      11. Vendor Submission Requirements
        1. Itemized Cost Breakdown to include: Man hours, per Round Trip cost, equipment hours, mobilization, demobilization, and fuel.
    • INSPECTION AND TESTING

      1. All materials and equipment used in the construction of the Work will be subject to adequate inspection and testing in accordance with generally accepted standard, as required and defined in the Bid Documents.

      2. The County or its representatives may, at any time, enter upon the work and the premises used by the Successful Vendor, and the Successful Vendor shall provide proper and safe facilities to secure convenient access to all parts of the work, and all other facilities necessary for inspection, as may be required. 

      3. The County will appoint such persons as deemed necessary to properly inspect the materials furnished or to be furnished, and the work done under the contract and to see that the same strictly corresponds with the drawings and specifications. All such materials and workmanship shall be subject to approval of the County. Approval or acceptance of payment shall not be misconstrued as approval of items or work not in conformance with specifications and drawings nor shall it prevent the rejection of said work or materials at any time thereafter during the existence of the contract, should said work or materials be found to be defective, or not in accordance with the requirements of the contract. 

      4. Work and material will be inspected promptly, but if for any reason should a delay occur, the Successful Vendor shall have no claim for damages or extra compensation. 

      5. The Successful Vendor shall pay for all inspection costs necessary to complete the work which may be incurred to comply with the requirements of any agency other than the County, such as a railroad, public service utility company, or any other governmental agency or any other agency whose jurisdiction affects the work in any manner unless otherwise specified herein.

    • CONTRACT PERIOD RENEWAL OPTION

      The County reserves the right to extend the Contract Period for 2 terms,  provided the Successful Vendor agrees there shall be no increase in price for the  additional Contract Period(s), unless an increase is mutually agreed upon. The Successful Vendor will notify the County’s Purchasing Department in writing 90 days prior to contract expiration regarding the Successful Vendor’s decision to hold prices firm for an additional year. The County will then have the option to either extend the Contract Period or re-bid. 

    • CLARIFICATION OF TERMS

      Professional firms or individuals that submit a bid for award of a contract (“Contract”) are referred to as vendors (“Vendors”) in this document. The Vendor that is awarded the Contract is herein referred to as the (“Successful Vendor”).

    • CONTRACT AWARD

      1. A written award by the County to the Successful Vendor in the form of a Purchase Order or other contract document will result in a binding Contract without further action by either party. If the Successful Vendor fails or refuses to sign and deliver the Contract and the required insurance documentation, the County will have the right to award to the next responsible and responsive Vendor. Contract will be executed by the Successful Vendor within fourteen (14) calendar days of receipt of the Contract. 

      2. Bid Documents and Contracts issued by the County will bind the Vendor to applicable conditions and requirements herein set forth, unless otherwise specified in the Bid Documents, and are subject to all federal, state, and municipal laws, rules, regulations, and limitations.

      3. County personal property taxes (“Taxes”) must be on a current basis; if any such Taxes are delinquent, they must be paid before award of Contract. Failure to pay will result in the award of Contract to another Vendor.

      4. The County reserves the right to engage in individual discussions and interviews with those Vendors deemed fully qualified, responsible, suitable and professionally competent to provide the required Goods and/or Services should the project size warrant it. Vendors will be encouraged to elaborate on their qualifications, performance data, and staff expertise.

      5. The County intends to award to the lowest Responsive and Responsible Vendor meeting the specifications.

    • AUDIT

      The Successful Vendor agrees to retain all books, records, and other documents relative to the awarded Contract for five (5) years after final payment, or until audited. The County, its authorized agents, and/or State auditors will have full access to and the right to examine any of said materials during said period.

    • APPROVAL OF SUBSTITUTION OF MATERIALS

      1. Samples of materials shall be submitted by the Successful Vendor for approval before such materials are ordered from the manufacturers or distributors and shall be approved by the County before actual work is begun. 

      2. It is the intention of these specifications to permit all vendors bidding on this work to secure the fullest amount of competition on the various materials and specialties names herein. Wherever a material or article is defined by describing a proprietary product or by using the name of a vendor or manufacturer, the term or approved equal shall be presumed to be implied unless otherwise stated.

    • QUESTIONS AND INQUIRIES

      Bidders shall submit all inquiries regarding this bid via the e-Procurement Portal, located at https://procurement.opengov.com/portal/wicomicocounty. Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries.

    • PROTECTION OF WORK, PROPERTY, AND PERSONS

      1. Successful Vendor will be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. Successful Vendor will take all necessary precautions and programs in connection with the Work. Successful Vendor will take all necessary precautions for the safety of, and will provide the necessary protection to prevent damage, injury, or loss to all employees on the Work and other persons who may be affected thereby, all the Work and all materials or equipment to be incorporated therein, whether in storage on off the site, and other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation or replacement in the course of construction.

      2. Successful Vendor will comply with all applicable laws, ordinances, rules, regulations, and orders of any public body having jurisdiction. Successful Vendor will erect and maintain, as require by the conditions and progress of the Work, all necessary safeguards for safety and protection. Successful Vendor will notify owners of adjacent utilities when progress of the Work may affect them. The Successful Vendor will remedy all damage, injury, or loss to any property caused, directly or indirectly, in whole or in part, by Successful Vendor, any Subcontractor, or anyone directly or indirectly employed by any of them or anyone for whose acts any of them be liable.

      3. In emergencies affecting the safety of persons or the Work or property at the site or adjacent thereto, the Successful Vendor, without special instruction or authorization from the County, will act to prevent threatened damage, injury, or loss. Successful Vendor will give the County prompt Written Notice of any significant changes in the Work or deviations from the Bid Documents caused thereby, and a Change Order will thereupon be issued covering the changes and deviations involved.

    • GENERAL REQUIREMENTS

      The Successful Vendor must be licensed to perform Work in the state of Maryland. 

    • NONPERFORMANCE

      The County reserves the right to inspect all operations and to withhold payment for any goods not performed or not performed in accordance with the specifications in this Bid Document.

      Errors, omissions, or mistakes in performance will be corrected at no cost to the County. Failure to do so will be cause for withholding of payment for that Goods and/or Services. In addition, if deficiencies are not corrected in a timely manner, the County may characterize the Successful Vendor as uncooperative, which may jeopardize future project order solicitations.

    • FILLING OUT BID DOCUMENTS

      1. Complete all bid submission requirements in the Vendor Bid section.

      2. Each Bid submission will be certified by the person(s) legally authorized to bind the Vendor to a contract, using the legal name of the signer. Bid Documents submitted by an agent will have a current Power of Attorney attached certifying the agent’s authority to bind the Vendor.

      3. Vendor will supply all information and submittals required by the Bid Documents to constitute a proper and responsible completed Bid Document package.

      4. Any ambiguity in the Bid Documents as a result of omission, error, lack of clarity, or non compliance by the Vendor with specifications, instructions, and/or all conditions of bidding will be construed in the light most favorable to the County.

    • SUBMISSION OF BID DOCUMENTS

      1. Submit Electronic Responses via the e-Procurement Portal https://procurement.opengov.com/portal/wicomicocounty.

      2. Bids are due Tuesday, March 31, 2026, 2:30 pm, and will be opened at the time listed in the e-Procurement Portal.

      3. Vendors, or their authorized agents, are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting Bid Documents; failure to do so will be at the Vendor’s own risk.

      4. A fully executed Affidavit of Qualification to Bid will be uploaded with each Bid Submission.

      5. MINORITY VENDORS ARE ENCOURAGED TO PARTICIPATE.

      6. All Vendor submitted Bid Documents will be valid for a minimum of sixty (60) days from the date of Bid Document opening.

    • BARRICADES, DANGER, WARNING, AND DETOUR SIGNS

      1. The Successful Vendor shall provide, erect, and maintain all necessary barricades, sufficient red lights, flares, danger signals and signs, provide a sufficient number of watchmen, and take all necessary precautions for the protection of the work and safety of the public.

      2. Successful Vendor shall supply and submit a Maintenance of Traffic schematic that shall follow Maryland State Highway Association regulation and requirements.

    • MODIFICATION OR WITHDRAWAL OF BID

      A Bid Document may not be modified, withdrawn, or cancelled by the Vendor during the stipulated time period following the time and date designated for the receipt of Bid Documents, and each Vendor so agrees in submitting Bid Documents.

    • DEFAULT

      1. The Contract may be cancelled or annulled by the County in whole or in part by written notice of default to the Successful Vendor upon non-performance, violation of Contract terms, delivery failure, bankruptcy or insolvency, any violation of state or local laws, or the making of an assignment for the benefit of creditors. An award may then be made to the next most highly rated Vendor, or when time is of the essence, similar commodities and/or service may be purchased on the open market. In either event, the defaulting Vendor (or his surety) will be liable to the County for cost to the County in excess of the defaulted Contract price.

      2. If a representative or warranty of either Party to the Contract is false or misleading in any material respect, or if either Party breaches a material provision of the Contract (“Cause”), the non-breaching Party will give the other Party written notice of such cause. If such Cause is not remedied within fifteen (15) calendar days (“Cure Period”) after receipt of such notice, (unless, with respect to those Causes which cannot be reasonably corrected or remedied within the Cure Period, the breaching Party will have commenced to correct or remedy the same within such Cure Period and thereafter will proceed with all due diligence to correct or remedy the same), the Party giving notice will have the right to terminate this Contract upon the expiration of the Cure Period.

    • LICENSES AND PERMITS

      1. The Successful Vendor shall have all necessary licenses required to do the work and give all notices and obtain and pay all necessary permits required by local laws and regulations for building.

      2. State and Federal permits (if applicable) to undertake work have been obtained by the County and accompany these specifications.

    • PAYMENT
      1. Unless otherwise noted, all additional charges shall be included in the price quoted. 
        1. This includes delivery, shipping, and any other materials (proofs, paper, etc.) needed to successfully complete the project according to the terms described. 
        2. The County will not be responsible for any costs incurred by any vendor in  preparing and submitting a proposal.  
      2. Successful Vendor agrees to complete any necessary vendor paperwork as required by the County.
      3. The County will make payment(s) to the Successful Vendor within thirty (30) calendar days from the receipt of a proper invoice for approved and accepted work performed.
      4. APPLICATION FOR PAYMENT
        1. Applications for payment shall be made upon AIA Document G702. There will be a five percent (5%) retainage on all Contractor's monthly invoices until completion of the project. This retainage may become payable upon receipt of all required closeout documentation, provided all other requirements of the Contract Documents have been met.
        2. A date will be fixed for the taking of the monthly account of work done. Upon receipt of Contractor's itemized application for payment, such application will be audited, modified, if found necessary, and approved for the amount. Statement shall be submitted to the Owner.
      5. PARTIAL PAYMENTS
        1. Any public works Contract executed by any Agency may provide for partial payments at the option of the Owner with respect to materials placed along or upon the sites or stored at secured locations, which are suitable for use in the performance of the contract.
        2. When approved by the agency, partial payment may include the values of tested and acceptable materials of a nonperishable or noncontaminative nature which have been produced or furnished for incorporation as a permanent part of the work yet to be completed, provided acceptable provisions have been made for storage.
        3. Any allowance made for materials on hand will not exceed the delivered cost of the materials as verified by invoices furnished by the Contractor, nor will it exceed the contract bid price for the material complete in place.
        4. If requested by the Agency, receipted bills from all Contractors, Subcontractors, and material, men, etc., for the previous payment must accompany each application for payment. Following such a request, no payment will be made until these receipted bills have been received by the Owner.
      6. SUBSTANTIAL COMPLETION
        1. When the building has been made suitable for occupancy, but still requires small items of miscellaneous work, the Owner will determine the date when the project has been substantially completed.
        2. If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and without terminating the Contract, the Owner may make payment of the balance due for the portion of the Work fully completed and accepted. Such payment shall be made under the 18 terms and conditions governing final payment that it shall not constitute a waiver of claims.
        3. On projects where commissioning is included, the commissioning work as defined in the specifications must be complete prior to the issuance of substantial completion.
      7. FINAL PAYMENT
        1. Final payment, including the five percent (10%) retainage if determined
          appropriate, shall be made within thirty (30) days after the Work is fully
          completed and the Contract fully performed and provided that the Contractor has submitted the following closeout documentation (in addition to any other documentation required elsewhere in the Contract Documents):
          1. Evidence satisfactory to the Owner that all payrolls, material bills, and other indebtedness connected with the work have been paid,
          2. An acceptable RELEASE OF LIENS, 
          3. Consent of Surety to final payment.
          4. The Owner reserves the right to retain payments, or parts thereof, for its protection until the foregoing conditions have been complied with, defective work corrected and all unsatisfactory conditions remedied. 
        2. See attached Section 01 29 00 – Payment Procedures for additional information.
    • SUPERVISION

      1. The Successful Vendor shall maintain, at all times during the progress of work, a competent and experienced supervisor who shall represent the Successful Vendor, and all directions given to him shall be binding. Important decisions of any directions, if requested by the supervisor, shall be confirmed in writing. 

      2. Supervision by the County or its representative does not relieve the Successful Vendor of responsibility for defective work executed under the direct control of the Successful Vendor. Responsibility for defective work rests upon the Successful Vendor, whether discovered by the County prior to final payment or subsequent thereto.

    • ACCEPTANCE OR REJECTION OF BIDS

      1. Unless otherwise specified, the Contract will be awarded to the most RESPONSIBLE and RESPONSIVE Vendor complying with the provisions of the Bid Documents, provided the Bid price is reasonable, does not exceed the funds available, and it is in the best interest of the County to accept it. The County reserves the right to reject the Bid Documents of any Vendor who has previously failed to perform properly in any way or complete on time contracts of a similar nature; or a Bid Document from a Vendor who, investigation shows, is not in a position to perform the Contract; or Bid Documents from any person, firm, or corporation which is in arrears or in default to the County for any debt or contract.

      2. Completed Bid Documents from Vendors debarred from doing business with the State of Maryland or the Federal Government will not be accepted.

      3. In determining a Vendor’s RESPONSIBILITY, the County may consider the following qualifications, in addition to price:

      a. Ability, capacity, and skill to provide the commodities or services required within the specified time, including future maintenance and service, and including current financial statement or other evidence of pecuniary resources and necessary facilities.

      b. Character, integrity, reputation, experience, and efficiency.

      c. Quality of past performance on previous or existing contracts, including a list of current and past contracts and other evidence of performance ability. 

      d. Previous and existing compliance with laws and ordinances relating to contracts with the County and to the Vendor’s employment practices. 

      e. Evidence of adequate insurance to comply with Contract terms and conditions.

      f. Statement of current work load and capacity to perform/provide the Goods and/or Services.

      g. Explanation of methods to be used in fulfilling the Contract. 

      h. The Vendor, if requested, will be prepared to supply evidence of its qualifications, listed above, and its capacity to provide/perform the Goods and/or Services; such evidence to be supplied within a specified time and to the satisfaction of the County.

      4. In determining a Vendor’s RESPONSIVENESS, the County will consider whether the Bid Document conforms in all material respects to the Bid Documents. The County reserves the right to waive any irregularities that may be in its best interest to do so.

      5. The County will have the right to reject any and all Bid Documents, where applicable to accept in whole or in part, to add or delete quantities, to waive any informalities or irregularities in the Bid Document received, to reject a Bid Document not accompanied by required Bid security or other data required by the Bid Documents, and to accept or reject any Bid Document which deviates from specifications when in the best interest of the County. Irrespective of any of the foregoing, the County will have the right to award the Contract in its own best interests.

    • COLLUSION/FINANCIAL BENEFIT

      1. The Vendor certifies that his/her Bid is made without any previous understanding, agreement, or connection with any person, firm, or corporation making a Bid Document for the same project; without prior knowledge of competitive prices; and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action.

      2. Upon signing the Bid Document, Vendor certifies that no member of the governing body of the County, or members of his/her immediate family, including spouse, parents or children, or any other officer or employee of the County, or any member or employee of a Commission, Board, or Corporation controlled or appointed by the Executive or Council has received or has been promised, directly or indirectly, any financial benefit, related to this Bid Document and subsequent Contract.

    • RETAINAGE
      1. The Agency may, at the beginning of the project, establish a time schedule for the completion of the project. If the project is delayed beyond the completion date due to the Contractor’s failure to meet their responsibilities, the Agency may forfeit, at its discretion, all or part of the Contractor’s retainage.
      2. This forfeiture of retainage also applies to the timely completion of the punch list. A punch list will only be prepared upon the mutual agreement of the Owner, Architect, and Contractor. Once the punch list is prepared, all three parties will by mutual agreement, establish a schedule for its completion. Should completion of the punch list be delayed beyond the established date due to the Contractor’s failure to meet their responsibilities, the Agency may hold permanently, at its discretion, all or part of the Contractor’s retainage.
    • ENVIRONMENTAL INDEMNIFICATION

      Vendor hereby represents, warrants, covenants and agrees to at all times to be, in all material respects, in compliance with all state, federal, and local laws and regulations governing or in any way relating to the generation, handling, manufacturing, treatment, storage use, transportation, spillage, leakage dumping, discharge, or disposal (weather legal or illegal, accidental or intentional) of any dredged material. Vendor hereby agrees to indemnify, protect, defend (with counsel) and hold County, its managers, officers, agents, and employees harmless from and against any and all claims (including, without limitation, third party claims for personal injury or real or personal property damage), actions, administrative proceedings, judgments, damages, punitive damages, penalties, fines, costs, liabilities (including sums paid in settlements of claims) and expense of whatsoever kind and/or nature (including attorneys fees) arising out of or in connection with directly or indirectly, the Vendors use of the dredged material in or into the air, soil, surface water, groundwater or soil vapor. This indemnification is in addition to the indemnification requirements set out in the County’s Standard terms and Conditions.

    • QUALIFICATIONS
      1. The Vendor must comply with the laws regarding conducting business in the State of Maryland. All Vendors shall provide a copy Certificate of Status from the Maryland Department of Assessments and Taxation, evidencing the Vendor is in good standing with the State of Maryland. See https://businessexpress.maryland.gov/manage/order-business-documents for information on obtaining the Certificate of Status. Certificates of status are not available for trade names, name reservations, government agencies, sole proprietorships, and some other accounts as these are not legal entities and thus are not required for these categories of Vendors. For more information on the Certificate of Status please see https://businessexpress.maryland.gov/manage.
      2. Wicomico County reserves the right, at its sole discretion, to extend the date this documentation must be provided. The Vendor’s inability to provide this documentation could result in the bid being rejected.
      3. All Vendors who wish to bid on County projects and contracts need to register as a bidder at https://procurement.opengov.com/portal/wicomicocounty.
    • CLEAN UP

      1. Upon completion of the items within a given location as specified and before monthly estimates will be paid, the construction area and all other areas occupied by the Successful Vendor during the construction of said Contract shall be cleaned of all surplus and discarded materials, bracing, forms, rubbish, and temporary structures that were placed there by the Successful Vendor. 

      2. Disposal of the aforementioned shall be the responsibility of the Successful Vendor.

    • TAX EXEMPTION

      1. In buying products directly from a Vendor, Wicomico County is exempt from being directly charged Federal excise and Maryland sales tax. A copy of an exemption certificate shall be furnished upon request.

      2. According to the Office of the Comptroller of Maryland, a Contractor is responsible for paying sales tax on his/her purchases relating to any projects or services and should incorporate it into their bid. 

      3. Contractors cannot use the County tax exemption to buy materials or products used on County projects.

    • DESCRIPTIVE LITERATURE

      The proposed descriptive literature fully describing the product bid is what is intended to be included as the price. Failure to do so may be cause for rejection of the bid. Any items, systems or devices supplied in this bid that are proprietary in nature relative to maintenance, repair, servicing or updating must be disclosed on the bid form.

    • CONTRACT CHANGES

      1. NO CLAIMS may be made by anyone that the scope of the project or that the Vendor’s Goods and/or Services have been changed (requiring changes to the amount of compensation to the Vendor or other adjustments to the Contract) UNLESS such changes or adjustments have been made by an approved WRITTEN AMENDMENT (Change Order) to the Contract signed by the Purchasing Agent (and the County Council, if required), prior to additional Goods and/or Services being initiated. Extra Goods and/or Services performed without prior, approved, written authority will be considered as unauthorized and at the expense of the Vendor. Payment will not be made by the County.

      2. NO ORAL conversations, agreements, discussions, or suggestions, which involve changes to the scope of the Contract, made by anyone including any County employee, will be honored or valid. No written agreements or changes to the scope of the Contract made by anyone other than the Purchasing Agent (with County Council approval, if required) will be honored or valid.

      3. If any Change Order in the Goods and/or Services results in a reduction in the Goods and/or Services, the Vendor will neither have, nor assert any claim for, nor be entitled to any additional compensation for damages or for loss of anticipated profits on Goods and/or Services that are eliminated.

    • CHANGES IN WORK

      1. The County, without invalidating the contract, may order extra work or make changes by altering, adding, or deducting from the work with the contract sum being adjusted accordingly.

      2. All such work shall be executed under the conditions of the original contract, except that any claim for the extension of time caused thereby shall be adjusted at the time of ordering such change.

      3. The value of any such extra work or change shall be determined in one or more of the following ways:

      a. By estimate and acceptance of lump sum.

      b. By unit prices named in the contract or subsequently agreed upon.

    • NOTICE TO VENDORS

      Before a Vendor submits the Bid Documents it will need to become fully informed as to the extent and character of the Goods and/or Services required and are expected to completely familiarize themselves with the requirements of this Bid Document’s specifications. Failure to do so will not relieve the Vendor of the responsibility to fully perform in accordance therewith. No consideration will be granted for any alleged misunderstanding of the material to be furnished or the Services to be performed, it being understood that the submission of a Bid Document is an agreement with all of the items and conditions referred to herein.

    • ADDENDUM

      1. No oral statements of any person will modify or otherwise affect or interpret the meaning of the Contract specifications, or the terms, conditions, or other portions of the Contract. All modifications and every request for any interpretation must be addressed to the Wicomico County’s Purchasing Agent and to be given consideration, must be received no later than the last day for questions listed in the project timeline.

      2. Any and all interpretations, corrections, revisions, and amendments will be issued by the Purchasing Agent to all holders of Bid Documents in the form of written addenda. Vendors are cautioned that any oral statements made by any County employee that materially change any portion of the Bid Documents will not be relied upon unless subsequently ratified by a formal written amendment to the Bid Document.

      3. All addenda will be issued so as to be received at least five (5) calendar days prior to the time set for receipt of Bid Documents, and will become part of the Contract and will be acknowledged in the electronic bid submission. Failure of any Vendor to receive any such addenda will not relieve said Vendor from any obligation under the Bid Document as submitted.

      4. Vendors are cautioned to refrain from including in their Bid Document any substitutions, which are not confirmed by written addenda.

      5. The Wicomico County Purchasing Agent reserves the right to postpone the Bid Document opening for any major changes occurring in the 5-day interim which would otherwise necessitate an Addendum.

    • TIME FOR COMPLETION

      1. The Work contemplated under this Contract shall be considered as continuous and be completed within the timeframe(s) stated in General Conditions Section.

      2. The Successful Vendor will be allowed to work twelve (12) hours per day, Sunday through Saturday, except for County Holidays as listed on the County website, 52 weeks per year.

      3. The Successful Vendor will not be permitted to work on holidays observed by Wicomico County or the State of Maryland unless otherwise authorized in writing.

    • PIGGYBACKING

      1. Wicomico County may authorize, upon request, any governmental entity (hereafter Authorized User) within the County to purchase items under the contract awarded pursuant to this bid solicitation.

      2. All purchase orders issued against the contract by an authorized User shall be honored by the Contractor in accordance with all terms and conditions of this contract.

      3. The issuance of a purchase order by an Authorized User pursuant to this provision shall constitute an express assumption of all contractual obligations, covenants, conditions and terms of the contract. A breach of the contract by any particular Authorized User shall neither constitute nor be deemed a breach of the contract as a whole which shall remain in full force and effect, and shall not affect the validity of the contract nor the obligations of the Contractor thereunder respecting the County.

      4. The County specifically and expressly disclaims any and all liability for any breach by an authorized User other than the County and each such Authorized User and Contractor guarantee to save the County, its officers, agents and employees harmless from any liability that may be or is imposed by the Authorized User’s failure to perform in accordance with its obligations under the contract.

    • EXCEPTIONS/SUBSTITUTIONS

      1. Any exceptions or substitutions to the specifications requested should be marked in the bid document submission.

      2. An exception to the specifications may not necessarily disqualify the bid. The County will determine if the exception is an essential deviation or a minor item.

      3. In the case of a minor deviation, the County maintains the option to award to that Vendor if it determines the performance is not adversely affected by the exception.

    • LIQUIDATED DAMAGES

      1. If the Successful Vendor shall fail to start and complete the project within the time frame stated above, the County shall assess liquidated damages in the amounts listed below per calendar day for each and every day the Successful Vendor fails to complete the contract.

      Amount of Contract Liquidated Damages per Day 
      Less than $10,000$100.00
      $10,000 or less than $100,000$250.00
      $100,000 or less than $500,000$750.00
      $500,000 or more $1,000.00 $1000.00

      Or will be based on actual cost to the County, whichever is greater.

      2. The designated County project manager reserves the option to extend the scheduled completion date or waive the liquidated damages clause in its entirety if he is of the opinion that extenuating circumstances deemed such action appropriate.

    • APPROVED EQUALS

      1. In all specifications where a material or article is defined by describing a proprietary product or by using the name of a Vendor or manufacturer, it can be assumed that an approved equal can be substituted. 

      2. The use of a named product is an attempt to set a particular standard of quality and type that is familiar to the County. Such references are not intended to be restrictive.

      3. However, the County shall decide if a product does in fact meet or exceed the quality of the specifications listed in the solicitation. It shall be the responsibility of the Vendor that claims his product is an equal to provide documentation to support such a claim.

    • CORRECTION OF WORK

      1. The Successful Vendor will promptly remove from the premises all Work rejected by the County for failure to comply with the Bid Documents, whether incorporated in the construction or not, and the Successful Vendor will promptly replace and re-execute the Work in accordance with the Bid Documents and without expense to the County and will bear the expense of making good all Work of other Vendors destroyed or damaged by such removal or replacement.

      2. All removal and replacement Work will be done at the Successful Vendor’s expense. If the Successful Vendor does not act to remove such rejected Work within ten (10) days after receipt of Written Notice, the County may remove such Work and store the materials at the expense of the Successful Vendor.

    • DELIVERY

      All items shall be delivered F.O.B. destination and delivery costs and charges included in the bid unless otherwise stated in the specifications or bid form.

    • CONSTRUCTION SAFETY AND HEALTH STANDARDS

      1. It is a condition of this contract, and shall be made a condition of each sub-contract entered into pursuant to this contract, that the Successful Vendor and any sub-contractor shall not require any laborer or mechanic employed in performance of the contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards (Title 29, Code of Federal Regulations, Part 1926, formerly Part 1518, as revised from time to time, promulgated by the United States Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standard Act.) (83 Stat. 96).

      2. Failure of Wicomico County to inform the Successful Vendor of safety violations will not release the Successful Vendor of his responsibilities.

    • BID BOND

      1. Bid Documents must be accompanied by a Bid Bond if the Vendor’s total Bid amount exceeds $100,000, payable to the County for five (5%) percent of the total amount of the bid. After the analysis of the Bid Documents the County will return Bid Bonds to all Vendors except the three (3) lowest Responsive and Responsible Vendors. After execution of the Contract, and receipt, execution, and approval of the Successful Vendor’s Payment and Performance bond, the Bid Bonds will be returned. A certified check may be used in lieu of a Bid Bond.

      2. The County, at its discretion, may consider a Vendor in default if the Vendor fails to execute the Contract, in which the County will retain said Bid Bond.

    • INSURANCE

      1. If required by the General Conditions or Terms and Conditions, the Successful Vendor shall provide the County with Certificates of Insurance within ten (10) calendar days of bid award notification evidencing the required coverage. 

      2. Successful Vendor must provide Certificates of Insurance before commencing work in connection with the Contract.

    • PERFORMANCE AND PAYMENT BONDS

      1. The Successful Vendor will be required to provide the County with a Performance Bond and Payment Bond, if the total Contract amount exceeds $100,000, each in the amount of one hundred percent (100%) of the Contract Price, with a corporate surety approved by the County for the faithful performance of the Contract.

      2. The Successful Vendor will within fourteen (14) calendar days after the receipt of the Contract furnish the County with a Performance Bond and Payment Bond in penal sums equal to the amount of the Contract Price, conditioned upon the performance by the Successful Vendor of all undertakings, covenants, terms, conditions, and agreements of the Bid Documents, and upon the prompt payment by the Successful Vendor to all persons supplying labor and materials in the  prosecution of the Work provided by the Bid Document. Such Bonds will be executed by the Successful Vendor and corporate bonding company licensed to transact such business in the state in which the Work is to be performed and named on the current list of "Surety Companies  Acceptable on Federal Bonds" as published in the Circular Number 570. The expense of these Bonds will be borne by the Successful Vendor. If at any time a surety on any such Bond is declared  bankrupt or loses its right to do business in the State of Maryland OR IS REMOVED FROM THE  LIST OF SURETY COMPANIES ACCEPTED ON FEDERAL BONDS, Successful Vendor will within ten (10) calendar days after notice from the County TO DO SO, SUBSTITUTE AN ACCEPTABLE Bond(s) in such form and sum and signed by such other surety or sureties as may be satisfactory to the County. 

    • BID EVALUATION

      1. If some characteristic of the bid requires that the bid must be reviewed by the County Council, the award can be expected within 30 calendar days after County Council approval.

      2. Bid tabulations will be posted on the e-Procurement Portal. Bid tabulations will be posted as soon as reasonably possible after the Bid opening. 

    • GUARANTEE

      1. The Successful Vendor shall furnish the County with a one-year guarantee of workmanship and materials, dating from time of acceptance of the project and shall make good any defects which may occur during that period.

      2. If any special guarantees in excess of the one-year period are specified by the manufacturer, these guarantees shall take precedence over the one-year period guarantee.

      3. Upon completion of work, and before final payment or release of retainage, submit, and obtain from each subcontractor, material supplier and equipment manufacture general warranties and a notarized asbestos free guarantee.

    Submission Requirements

    • Price Proposal (required)
    • Itemized Cost Breakdown (Man Hours, Per Trip Cost, Equipment Hours, Mobilization, Demobilization, Cost per CY of Material, and Erosion & Sediment Control Measures) (required)
    • Certificate of Good Standing with the State of Maryland (required)

      (See Section I, "Qualification" for more information.) 

    • Bid Bond (required)
    • Principal Document (required)

      Please download the below documents, complete, and upload.

    • Vendors Affidavit of Qualification to Bid (required)

      Please download the below documents, complete, and upload.

    • Non-Collusion Affidavit (required)

      Please download the below documents, complete, and upload.

    • Reference #1 (required)

      This one of three references required for which the Vendor has provided Goods/Services similar to those  requested in the Proposal Document within the last 12-36 months. Include

      • contact name
      • address
      • telephone number
      • email address
      • services provided 

      in the space below.

    • Reference #2 (required)

      This one of three references required for which the Vendor has provided Goods/Services similar to those  requested in the Proposal Document within the last 12-36 months. Include

      • contact name
      • address
      • telephone number
      • email address
      • services provided 

      in the space below.

    • Reference #3

      This one of three references required for which the Vendor has provided Goods/Services similar to those  requested in the Proposal Document within the last 12-36 months. Include

      • contact name
      • address
      • telephone number
      • email address
      • services provided 

      in the space below.

    • Is your company currently involved in any active litigation? (required)
    • Is your company currently involved in any mergers or acquisitions? (required)
    • Exceptions (required)

      Except as listed below, or on separate sheets attached in "Additional Documents", the enclosed Completed Proposal Document covers all items as specified.  (If none, write NONE)

    • The Vendor agrees that their bid will be good for at least sixty (60) days, unless otherwise indicated in the bid specifications.
    • I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company.* (required)
    • Additional Documents
    • Enforce Liquidated Damages? (required)
    • What type of goods/services are being provided? (required)

      Ex. Engineering

    • Construction project? (required)
    • Is this a construction project equal to or greater than $100,000? (required)

      Yes means that a bid bond will be required for this project. 

    • How many renewal terms are possible? (required)

      Ex. 2

    • What is the contract period? (required)

      Ex. January 1, 2025- December 31, 2025

    • Renewal Option? (required)
    • Pricing (required)
    • Type of Standard Terms and Conditions Attachment (required)
    • Will be piggybacking be allowed? (required)

    Questions & Answers

    Q (Dates for Prebid, questions and Due date): The dates on the timeline are different than the dates included in the agenda attached in the timeline. Which dates are correct?

    A: Thank you for bringing this to our attention. The corrected Agenda has replaced the incorrect Agenda and the Agenda was also provided as an attachment to Addendum #1 .


    Q (Minority Participation): Will there be an MBE/DBE goal?

    A: No.


    Q (Prevailing Wage Rates): Is the project subject to Davis Bacon or Prevailing Wage Rates?

    A: No


    Q (MATERIAL FROM SPOIL SITE ): ARE WE ALLOWED TO HAUL TO A PRIVATE SITE.

    A: No. To prevent undue bias for secondary vendors or subcontractors, the designated site to haul material to shall remain as listed.


    Q (Pre-Bid Meeting ): Confirming location at 622 Sharps point Rd

    A: Correct.


    Q (Fuel Surcharge): Given the recent spike in fuel costs, will the County consider including a fuel surcharge item?

    A: No.


    Q (Seed & Mulch at Stockpile Site): In addition to the Smart Fence 36 Silt Fence around the stockpile site, will the GC be required to install temporary and Permanent Seed & Mulch to cover the stockpile site?

    A: Yes. The stockpile itself shall be stabilized as required per the NOI permit and ESC measures. Any damage to areas outside of the LOD shall be remediated to meet the same regulatory requirements.


    Q (Cross Section Payment ): Will final payment for the number of CY removed and hauled be determined by comparing the GC cross section survey with the County cross section survey?

    A: Payment will be based on multiple factors provided by the successful Vendor. Refer to Section G in the Scope of work for details. Final Payment will be based on aerial survey and comparison of logs/video/other as noted in the Scope of Work Section G.


    Q (Town, County & State Road Repair Responsibility.): Part 3 General Conditions, 3.5 - Protection of Work, Property and Persons. 1. Successful Vendor will be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. Successful Vendor will take all necessary precautions and programs in connection with the Work. Successful Vendor will take all necessary precautions for the safety of, and will provide the necessary protection to prevent damage, injury, or loss to all employees on the Work and other persons who may be affected thereby, all the Work and all materials or equipment to be incorporated therein, whether in storage on off the site, and other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation or replacement in the course of construction. Question; This statement states that the GC - Vender is responsible for maintaining all pavements, roadways, structures and utilities on the project. Please confirm if the Vender-GC will be responsible for repairing, repaving any Town, County or State roads damage by hauling legal dump truck loads over said roads during the Contract.

    A: Correct.


    Q (Can bidders pre‑apply for SWPPP coverage?): Due to the compressed performance window for Phase 2, can bidders begin the SWPPP permit application process prior to award strictly for scheduling and compliance planning purposes?

    A: If Sharps Point location is consistently being utilized and worked on without a lag greater than 3 days, then it will not require an NOI. The Sharps Point facility would be exempted from the NOI under routine maintenance of an existing previously permitted dredge basin site. Any further E&S measures that may be required should the Successful Vendor need a separate NOI, it shall be the responsibility of the Successful Vendor to provide and maintain as the Permit requires. This includes, but is not limited, to the Owens Branch Location. Should berm conditions and seeding and stabilization be required, it will be the responsibility of the Successful Vendor. Due to shared ESC operational control based on separate NOI submissions, the SWPPP shall be completed, and all documentation and regulatory compliance shall be the responsibility of the successful Vendor. Early submission can take place with a copy to the County and data outlining the required termination of the SWPPP should the Vendor not be the lowest responsible who is awarded the project.


    Q (Does the County already hold SWPPP coverage for Sharps Point?): Can you confirm whether Wicomico County currently holds an active SWPPP permit for the Sharps Point site at 622 Sharps Point Road?

    A: If Sharps Point location is consistently being utilized and worked on without a lag greater than 3 days, then it will not require an NOI. The Sharps Point facility would be exempted from the NOI under routine maintenance of an existing previously permitted dredge basin site. Any further E&S measures that may be required should the Successful Vendor need a separate NOI, it shall be the responsibility of the Successful Vendor to provide and maintain as the Permit requires. Should berm conditions and seeding and stabilization be required, it will be the responsibility of the Successful Vendor.


    Q (If the County has SWPPP coverage, can the awarded contractor be added?): If the County already maintains SWPPP coverage for the Sharps Point site, is there a mechanism to be co‑listed under that permit so coverage is active immediately upon Notice to Proceed?

    A: See answer to Question 11.


    Q ( Is separate SWPPP coverage required for the Owens Branch stockpile site?): For the Owens Branch Road stockpile location, does the awarded contractor need to obtain separate SWPPP coverage, or does the County already maintain coverage for that site?

    A: Due to shared ESC operational control based on separate NOI submissions, the SWPPP shall be completed, and all documentation and regulatory compliance shall be the responsibility of the successful Vendor. MDE requires both the County and Contractor to hold separate NOIs.


    Q (If separate coverage is required, can the contractor pre‑apply?): If separate SWPPP coverage is required for the Owens Branch stockpile site, are bidders permitted to begin the permit application process prior to award to avoid administrative delays?

    A: See Answer to Question 10


    Q (No subject): Will the County require empty trucks returning to Sharps Point Road to follow the same transportation route for hauling listed in the Specifications?

    A: The County will not require to hold to the loaded route for unloaded route trucks, however; if an alternate route is taken, it must be provided to the DPW in advance for review.


    Q (No subject): During the pre-bid meeting, the County estimated it may take 30 days to complete transfer of the NOI permit to the contractor. How is the contractor to address in the bid the likely potential that this process may take much longer than 30 days to complete, thereby further reducing the limited number of days allowed for the completion of this work?

    A: The County DPW is currently expediting the NOI permit to provide for rapid turn around.


    Q (No subject): Please clarify the extent of proposed excavation between the weir boxes in cell 3.

    A: 20,000 cubic yards maximum is the goal for Cell 3, with a focus on accessibility immediately surrounding the water control features for hydraulic relief/access. The DPW does not anticipate excavation depths in the immediate proximity of these features to exceed 6-10 feet beneath current cell floor level, and contractor should account for gradual grading/slope leading away from each feature towards the center of the cell. Additional clarification on these features and the geometry of excavation will be assessed by representatives of the USACE as the initial 100,000 cubic yards is being recovered from Cell 1.


    Q (SWPPP Copy): Can a copy of the SWPPP be released so a bidder can apply as Co-Operator for the SWPPP and the Approved plan sets?

    A: See Answer to Question 10


    Q (Response to Question # 9 answer.): Since the Vender/GC will be held reasonable for repairing and or repaving any Town, County or State roads damaged by hauling legal dump truck loads dredged material from spoil site to dump site at legal speed limits over said roads during the Contact, would the County consider a bid item for HMA repair and or HMA repaving (overlay) of said roads?

    A: No.


    Q (Application for Payment/Retainage): 5.4.D.1 states Applications for payment shall be made upon AIA Document G702. There will be a five percent (10%) retainage on all Contractor's monthly invoices until completion of the project. This retainage may become payable upon receipt of all required closeout documentation, provided all other requirements of the Contract Documents have been met. Two part question regarding this section, is it acceptable to bill on an alternative form to the G702 as long as the same format and information is provided? And is the correct retainage five percent (per written) or 10% (per nomenclature in the parenthesis)?

    A: Successful Vendor may use an alternate form to the G702, however, it must mimic the layout and contain the same language and certification block in the AIA document, "Contractor's Certification" and "Contractor Signature". The correct retainage is five percent (5%).


    Q (No subject): The MDE website states that you should anticipate a 45 day turnaround time from NOI submission to until the general permit authorization is granted. Accounting for lost work days associated with mobilization, sediment controls, rain days, and holidays, there will be maybe 8 weeks +/- to complete the soil removal per the county's scheduled completion date. How will the county address the likelihood that the selected contractor is unable to complete removal of all 120,000 CY by July 15th despite actively working towards this goal?

    A: This addendum clarifies the end date to be July 25th. The County will have an NOI in place while the Successful Vendor obtains their respective permits. All ESC codes, measures, and methods shall be followed by the Successful Vendor until they obtain the permits. This will allow Successful Vendor to begin upon approval of the Contract. Should the Successful Vendor not be able to complete the removal, they shall be subject to Liquidated Damages and costs associated as outlined in the Bid Documents. Should progress reflect that the Successful Vendor is not progressing at a rate to fulfill removal of the 120,000CY, based on the weekly log submissions, the County will express this immediately to the Successful Vendor to allow and encourage additional resources (at cost of the Vendor) be utilized.


    Q (Lump Sum Bid): Please confirm that the Lump Sum Bid amount is to be based upon the removal of 120,000 CY of material.

    A: Correct.


    Q (Measurement & Payment of Lump Sum Bid): It is not clearly stated in section G of the Scope of Work how the work will be measured and paid. How does the County intend to measure and pay for the work each month and how will final payment be reconciled?

    A: Please refer to Addendum #5 - SECTION 01 20 00 MEASUREMENT AND PAYMENT


    Q (Measurement & Payment of Lump Sum Bid): Since there is no Mobilization or General Conditions item for the Contractor to cover incidental costs, will the County pay a premium to the Contractor if for any reason the work does not reach 120,000 CY?

    A: No.


    Q (Completion of Cells): Is it the intent of the County to immediately cease all work from each cell when the perceived volume of work has been reached or is it possible that the County may ask for additional volume to be excavated from one or both cells?

    A: Once the full removal of an affirmed 120,000 cubic yards has been achieved; with a minimum of 100k from Cell 2, and a targeted 20k from Cell 3, this Phase of the project will be considered complete.


    Q (Completion of Cells): Which Cell, if any will the County potentially ask for additional volume of excavation beyond the stated Scope of work?

    A: The scope of this Phase is for a total of 120,000 cubic yards recovered and transported to the Owens Branch laydown site. A minimum of 100k from Cell 2, and a targeted 20k from Cell 3 (providing for water control structure/access/function) is the total project volume scope.


    Q (Additional Excavation): If additional volume of excavation is requested from one or both cells that exceed the combined Lump Sum volume of 120,000 CY, will the County measure and pay the calculated CY unit price of the Lump Sum amount?

    A: No additional volume beyond the prescribed 120k will be considered in this Phase.


    Q (Steel Plate Road Protection): Will the County please clarify the Steel Plate Road Protection requirement. The map shows two pins along Sharps Point Road. Is it the intent to Plate both locations or just the Pipe Crossing?

    A: Both locations must be plated. Both locations are pipe crossings. The ingress/egress of the Sharps Point facility should be large enough to cover the pipe crossing and provided for turn-in/turn-out protection of the surrounding road surface.


    Q (No subject): Please confirm the controlling completion date for Phase 2. Section 1.2 lists July 15, 2026 at 7:00 p.m., while Section 5.1.E lists July 25, 2026 as the project target completion date. Which date governs for required completion, progress expectations, and liquidated damages?

    A: Section 5.1E, with a target completion date of July 25, 2026 is the appropriate date.


    Q (No subject): Please confirm the permitted workdays. The Scope states 7 days per week, 7:00 a.m. to 7:00 p.m., but the General Conditions also state that Sunday work is not permitted unless authorized in writing. Is Sunday work allowed by default?

    A: 7 days a week is permitted.


    Q (No subject): Please provide a permit matrix. Section 3.7 says State/Federal permits have been obtained by the County, the Scope says the County is the permittee and has the deposition site permit, but also says the Contractor must obtain all necessary permits including NOI, and the Q&A suggests separate NOI responsibilities may apply. Please identify which permits are already in place, which must be transferred, which must be newly obtained by the Contractor, and whether contract time will be extended for permit delays outside the Contractor’s control, including any Sharps Point interruption greater than 3 days.

    A: Refer to answer No. 10


    Q (No subject): Please confirm the retainage percentage. Section 5.4.D.1 refers to “five percent (10%) retainage.” Is retainage 5% or 10%?

    A: Maximum retainage is 5%


    Q (No subject): Please clarify the pricing and payment basis. The pricing table is lump sum, but the vendor submission requires per-round-trip cost, equipment hours, mobilization, demobilization, fuel, and cost per CY, and the Q&A says final payment may be based on aerial survey plus logs/video/other. Please clarify what pricing basis controls award, progress payments, final payment, and change orders. Also confirm how quantities added or deleted will be valued.

    A: Award of bid is based on lowest responsive and responsible bidder that meets all criteria outlined in Bid requirement documentation and submission. Progress payments will be monthly and will be based on percentage complete and logged/video evidence of material removal (i.e. - truck counts, logs of personnel documenting loads, etc.). Billing will be outlined the same as the pricing table with a total sum being the Bid Awarded sum. Quantities approved to be added or deleted will be based on approval from the County, as there should not be much adjustment to any items, however, any changes will be based on the initially submitted pricing table.


    Q (No subject): Please define “adequate progress.” The Scope allows the County to require additional equipment and manpower if, in its opinion, the contractor is not making adequate progress. Please state the expected minimum daily or weekly production rate and the notice/cure process before additional resources are required or damages/default remedies are considered.

    A: The County will assess adequate progress based on CYs relocated per week and account for any timing constraints due to permitting/weather. At this time, the anticipated goal is 12,000 cubic yards per week, and weekly progress reports will be reviewed in collaboration with the vendor as received.


    Q (No subject): Please provide the County’s baseline survey and quantity-control method. Please provide benchmarks, existing-grade/as-built surfaces for Cells 2 and 3, and the exact survey method that will govern progress and final quantity verification. Will pre-work and post-work survey methods be jointly reviewed and accepted before work begins?

    A: We can provide as-builts and recent aerial survey.


    Q (No subject): Please provide target grades, slopes, and offset/no-work zones around the Cell 3 weir boxes. If USACE revises the excavation geometry after award, will that be treated as a compensable change in scope and/or time?

    A: The weir boxes are not of concern other than being accessible. No excavation geometry will pose a change in scope of work or compensable change in scope of work nor will USACE revise the excavation.


    Q (No subject): Please clarify the dewatering scope. Who provides pumps, piping, discharge routing, power/fuel, temporary controls, monitoring, and any treatment required before discharge to alternate cells? Are there any water-quality or turbidity requirements bidders must include in their price?

    A: The successful vendor is responsible for all dewatering scope and may utilize multiple options or processes. Water quality/turbidity assessments are not required so long as discharged surface/groundwater encountered during excavation is conveyed into existing cells on the facility.


    Q (No subject): Since the Contractor is responsible for roadway damage, will the County provide or participate in a pre-construction condition survey/video of the full haul route? Please also define the standard for attributing damage and the required repair scope, including any Town/County/State coordination.

    A: The County will conduct internal conditional review of the full haul route. Successful Vendor is encouraged to conduct the same review and documentation to submit to the County and for record purposes. Damage is defined as any deformity or variation of the current roadway, entrances/exits, curbs, gutters, and culverts. Town of Fruitland has been contacted and is aware of the hauling. Successful Vendor shall follow all Town/County/State regulations and codes as outlined within the respective jurisdiction.


    Q (No subject): Please provide structural requirements for the steel-plate pipe crossing. Please include plate thickness, size, quantity, bearing area, pipe information, installation detail, inspection expectations, and whether any utility-owner approval is required.

    A: The town of Fruitland will need to inspect once installed. Thickness of the plate should be a minimum of 1” and backed with hot mix asphalt round the edge and pinned. If the plate is located on a turn, then it should be pinned to the roadway to prevent slipping. Plates should have a non-slip surface. Pipe size located down the road from entrance to site is a 15x40. Entrance pipe to site is a 15x40. If plates are joined together, they should be welded together and pinned to roadway. Quantity is going to be determined by area of coverage.


    Q (No subject): Please confirm the minimum reporting package the County will accept for payment support. Will daily truck logs, weekly logs, camera logs, GPS data, drone survey, or another approved system be required? Is an automated camera/GPS reconciliation method acceptable in lieu of manual count reconciliation, subject to County approval?

    A: Logging of daily loads, and a finished survey of the accumulated stockpile at the Owens Branch site will be required for final payment. An automated camera and GPS reconciliation method may be approved by the County.


    Q (Pending Questions ): Do to it being the end of the time allotted for questions, would it be possible to ask a question after the county responds to pending unanswered questions?

    A: No.


    Q (No subject): Can the successful vendor bill weekly? If not, how frequent can the successful vendor progress bill?

    A: No. Monthly.


    Q (No subject): What is the closest water source to retrieve water for the Owens Branch location for dust control and truck wash out?

    A: Successful vendor may utilize surface water nearby, at the Newland Park Landfill borrow pit pond located on Naylor Mill and Brick Kiln Roads. .


    Key dates

    1. March 10, 2026Published
    2. March 31, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.