state of delaware department of transportationgssdocs.deldot.delaware.gov/bids/t201607002.01...

12
STATE OF DELAWARE DEPARTMENT OF TRANSPORTATION JACK MARKELL PO BOX 778 JENNIFER COHAN GOVERNOR DOVER, DELAWARE 19903 SECRETARY VIA WEBSITE POSTING (302) 760-2030 FAX (302) 739-2254 December 15, 2016 Contract No. T201607002 Design-Build Project for Statewide Pipe Replacements Statewide Ladies and Gentlemen: Enclosed is Addendum No. 2 for the referenced contract consisting of the following: 1. The Bid Proposal Cover, revised, to be substituted for the same page in the Proposal. 2. Addendum No. 1 addressed the below Question & Answer, it stated additional information would follow for Pre-Approval. Question : Can you provide list of approved right-of-way firms. Answer : Department-approved full service right-of-way firms include Century Engineering, Johnson Mirmiran & Thompson, and Colan Associates. Since Century Engineering is ineligible to participate on a D-B Team, we will allow the D-B Team to submit other potential firms for approval prior to the proposal submittal due date. Additional information for pre-approval will follow . Additional Information for Pre-Approval : For pre-approval of a right-of-way firm, submit a write-up of the proposed firm's experience related to the items outlined in the Right-of-Way Performance Specifications in RFP Section 3. The write-up should also include the number of years incorporated under the same name and the experience of the key personnel proposed to be involved. The submission must be made to [email protected] at least 14 calendar days in advance of the technical proposal due date listed in Section 1.5 of the ITP. 3. One (1) page, Request for Proposals, paragraph B2.0 Price Proposal, revised, to be substituted for the same page in the proposal. 4. One (1) page, Request for Proposals, paragraph B3.1 Price Proposal, Table B-1 Price Proposal Chart, revised, to be substituted for the same form in the Proposal. 5. Two (2) pages, Request for Proposals, Part 1, Appendix A, Project Site Locations, pages 35 & 36 of the PDF Document have been deleted from the Proposal. New Page 35A has been added to the Proposal. 6. One (1) page, Request for Proposals, Part 2, Appendix 109A, Forms, DB Section 109, Lump Sum Price Progress and Payment, Forms Index, revised, to be substituted for the same page in the Proposal. 7. One (1) page, Request for Proposals, Part 2, Section 100, page 65, paragraph DB 104-2 Intent of Contract, revised, to be substituted for the same page in the Proposal.

Upload: others

Post on 05-Jun-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: STATE OF DELAWARE DEPARTMENT OF TRANSPORTATIONgssdocs.deldot.delaware.gov/bids/T201607002.01 Add2.pdf · 2016-12-15 · STATE OF DELAWARE DEPARTMENT OF TRANSPORTATION JACK MARKELL

STATE OF DELAWAREDEPARTMENT OF TRANSPORTATION

JACK MARKELL PO BOX 778 JENNIFER COHAN GOVERNOR DOVER, DELAWARE 19903 SECRETARY

VIA WEBSITE POSTING (302) 760-2030FAX (302) 739-2254

December 15, 2016

Contract No. T201607002Design-Build Project for Statewide Pipe ReplacementsStatewide

Ladies and Gentlemen:

Enclosed is Addendum No. 2 for the referenced contract consisting of the following:

1. The Bid Proposal Cover, revised, to be substituted for the same page in the Proposal.

2. Addendum No. 1 addressed the below Question & Answer, it stated additional information wouldfollow for Pre-Approval.

Question: Can you provide list of approved right-of-way firms.

Answer: Department-approved full service right-of-way firms include Century Engineering,Johnson Mirmiran & Thompson, and Colan Associates. Since Century Engineering is ineligible toparticipate on a D-B Team, we will allow the D-B Team to submit other potential firms for approvalprior to the proposal submittal due date. Additional information for pre-approval will follow.

Additional Information for Pre-Approval: For pre-approval of a right-of-way firm, submit awrite-up of the proposed firm's experience related to the items outlined in the Right-of-WayPerformance Specifications in RFP Section 3. The write-up should also include the number of yearsincorporated under the same name and the experience of the key personnel proposed to be involved.The submission must be made to [email protected] at least 14 calendar days in advance of thetechnical proposal due date listed in Section 1.5 of the ITP.

3. One (1) page, Request for Proposals, paragraph B2.0 Price Proposal, revised, to be substituted forthe same page in the proposal.

4. One (1) page, Request for Proposals, paragraph B3.1 Price Proposal, Table B-1 Price ProposalChart, revised, to be substituted for the same form in the Proposal.

5. Two (2) pages, Request for Proposals, Part 1, Appendix A, Project Site Locations, pages 35 & 36of the PDF Document have been deleted from the Proposal. New Page 35A has been added to theProposal.

6. One (1) page, Request for Proposals, Part 2, Appendix 109A, Forms, DB Section 109, Lump SumPrice Progress and Payment, Forms Index, revised, to be substituted for the same page in theProposal.

7. One (1) page, Request for Proposals, Part 2, Section 100, page 65, paragraph DB 104-2 Intent ofContract, revised, to be substituted for the same page in the Proposal.

Page 2: STATE OF DELAWARE DEPARTMENT OF TRANSPORTATIONgssdocs.deldot.delaware.gov/bids/T201607002.01 Add2.pdf · 2016-12-15 · STATE OF DELAWARE DEPARTMENT OF TRANSPORTATION JACK MARKELL

8. One (1) page, Request for Proposals, Part 2, Section 100, page 66, paragraph DB 104-4Maintaining Traffic, revised, to be substituted for the same page in the Proposal.

9. One (1) page, Request for Proposals, Part 2, Section 100, page 81, paragraph DB 105-12.1 DesignMobilization and Workshop Meeting, revised, to be substituted for the same page in the Proposal.

Please note the revisions listed above and submit your bid based upon this information.

Sincerely,

~signature on file~

Robert A. Kovacs

Competitively Bid Contracts Coordinator

Page 3: STATE OF DELAWARE DEPARTMENT OF TRANSPORTATIONgssdocs.deldot.delaware.gov/bids/T201607002.01 Add2.pdf · 2016-12-15 · STATE OF DELAWARE DEPARTMENT OF TRANSPORTATION JACK MARKELL

STATE OF DELAWARE

DEPARTMENT OF TRANSPORTATION

DESIGN-BUILD PROJECT

for

STATEWIDE PIPE REPLACEMENTS

State Contract T201607002

Federal Aid Contract EBROS-2016(26)

REQUEST FOR QUALIFICATIONS PROPOSALS

- INSTRUCTIONS TO PROPOSERS -

Advertisement Date: October 31, 2016

Responses must be delivered to the Delaware Department of Transportation, Administration Building, 800 Bay Road, Dover, Delaware, 19901 Attention: Contract Administration, by dates shown in Section 1.5

A MANDATORY PRE-PROPOSAL MEETING WILL BE HELD AT THE

DelDOT ADMINISTRATION BUILDING, 800 BAY ROAD, DOVER, DELAWARE 19901 AT:

10:00 A.M. on NOVEMBER 15, 2016

Addendum No. 2 December 15, 2016

Page 4: STATE OF DELAWARE DEPARTMENT OF TRANSPORTATIONgssdocs.deldot.delaware.gov/bids/T201607002.01 Add2.pdf · 2016-12-15 · STATE OF DELAWARE DEPARTMENT OF TRANSPORTATION JACK MARKELL

B1.0 INTRODUCTION

The Instructions to Proposers (ITP) Appendix B specifies the Pricing Information to be submitted by all Proposers.

All named forms are found in ITP Appendix C unless otherwise noted.

Submit all specified information using the forms and formats specified.

B2.0 PRICE PROPOSAL

Submit a Price Proposal using the forms listed below and provided in ITP Appendix C. Failure to provide the requested information on the forms and in the format specified may result in the Department declaring the Price Proposal non-responsive.

Upon Award, the Price Proposal of the selected Proposer will be incorporated into the Contract Documents at Part 5.

Submit the Price Proposal under separate cover, clearly marked as required in ITP Section 2.8.1(A) by the Proposal due date to the addressee and address specified in ITP Section 1.5.2.

The Price Proposal shall consist of: A) Proposal Security Bond; B) Form PP - Price Proposal cover sheet; C) Form SP - Schedule of Prices;D) Form PC1 - General Requirements and Project Management; E) Form PC2 - Engineering and Design Activities; F) Form PC3 - Construction Activities; G) Form SOV - Schedule of Values;H) Form LSI - Letter of Subcontract Intent; and I) Copy of Proposed Baseline Schedule (see ITP Appendix A, Section A4.2.3)

B2.1 PRICE PROPOSAL SUBMITTAL

The Proposer shall submit the forms identified in Section B2.0 in a separate, sealed envelope.

The Proposer shall secure Form PP to the outside of the envelope containing the forms listed in Section B2.0. The signature requirements for Form PP are the same as the signature requirements for the Proposal Certification. (See Appendix A, Section A3.2(A).)

B2.2 SCHEDULE OF PRICES (FORM SP)

Complete and submit Form SP in compliance with the following instructions: A) Provide a lump sum price [the Project Component Value (PCV)] for each Project

Component Code on Form SP. If the Proposer shows any components for a Project Section, such as Material, show a lump sum price for such components on Form SP;

B) If the Proposer plans to request payment for any Material upon delivery to the Site, identifythe specific type of Material and the price assigned to the Material on Form SP as a separate activity in the applicable Project Component;

C) For Forms PC 1, 2, and 3, provide a lump sum price for each of the items listed on theform; and

D) The sum of the Project Component Values shall be the Proposal Price. The Proposal Pricewill become the Contract Price upon Award of the Contract.

Addendum No. 2 December 15, 2016

robert.kovacs
Line
robert.kovacs
Line
Page 5: STATE OF DELAWARE DEPARTMENT OF TRANSPORTATIONgssdocs.deldot.delaware.gov/bids/T201607002.01 Add2.pdf · 2016-12-15 · STATE OF DELAWARE DEPARTMENT OF TRANSPORTATION JACK MARKELL

B3.0 FORMAT FOR SUBMITTAL OF PRICING DOCUMENTS

B3.1 PRICE PROPOSAL The Proposer shall organize and submit the lump sum Price Proposal in the format shown in Table B-1 by the Proposal due date.

Table B-1 Price Proposal

Section Description Appendix Reference

Section 1 (affixed to outside of sealed

envelope)

• Form PP Price Proposal Cover Sheet B2.1

Section 2

• Form SP Schedule of Prices;• Form PC1 General Requirements and Project

Management; • Form PC2 Project-Wide Engineering and Design

Activities; • Form PC3 Project-Wide Construction; • Form SOV Schedule of Values

B2.2 B2.2.1

B2.2.2

B2.2.3 B2.2.4

Section 3 Other Proposal Documents • Bid Bond • Form NS and Form LSI• Proposal Certification

B2.3 B2.4

B2.5

Addendum No. 2 December 15, 2016

robert.kovacs
Line
robert.kovacs
Line
Page 6: STATE OF DELAWARE DEPARTMENT OF TRANSPORTATIONgssdocs.deldot.delaware.gov/bids/T201607002.01 Add2.pdf · 2016-12-15 · STATE OF DELAWARE DEPARTMENT OF TRANSPORTATION JACK MARKELL

WOLF RD

00610OAKLEY RD

DUPO

NT BL

VD

CLENDANIEL RD

0062

6JO

HNSO

N BR

ANCH

RD

N OL

D ST

ATE R

D00437

MESSOBOV RD

W HUDSON POND AVE

00623

WEBB

FARM

LA

HUNTING

QUARTER RD

00429

00436

THISTLEWOOD RD

BLAC

KSMI

TH SH

OP RD

0004

4

0043

7

MESS

OBOV

R D

D EEP GR ASS LA

STAYTONVILLE

RDGR

IFFITH

LAKE

DR

00633

00226

PEACHTREE RD

WILLIAMSVILLE RD

00621

CALHOUN RD

HOLLY HILL RD 00447

00384KILLENS POND

RD

00617

LINDA

LE RD

WARNER RD

N UNION

CHURCH RD

00042

00224

0059

5BE

AVER

DAM

RD

WILLIAMSVILLE RD

00443

DUPO

NT BL

VD00

113

00614BENDER FARM RD

NEW WHARF RD

00630

WISSEMAN RD

WILLIAMSVILLE RD 00443

S UNION

CHUR

CH RD

CLENDANIEL

POND RD

00429

00395

DEER

VALLEY RD

TRUITT RD00604

00609 PRONG RD

ELLENDALE FOREST RD00608

0042

9

HUNTING QUARTER RD

WINT

JEN

R D00

213

FLEATOWN RD

00224

00116

PONDER RD

0004

2HIDDEN

MEADO W LA

00207 FITZGERALDS RD

UTICA RD00632

N UNION

CHUR

CH RD

00042

DUPO

NT BL

VD

0061

1OW

ENS RD

00635RUST RD

LORD RD00624

00632UTICA RD

VFW

RD

BAY RD

GRIFFIT

H LA

KE DR

00633

00404

CHURCH HILL

RD

0011

3DEEP GRASS LA

0004

2S UNION

CHURCH RD

0042

9

J ACKSON DI TCH

RD

N OL

D ST

ATE

RD

00613MEMORY RD

MEADOW BROOK LA

00206

WILKINS RD

00042

N UNION

CHURCH RD

BLOOMFIELD DR

GREE

NTOP

RD

WALNUT ST

N U N

ION

CHUR

CH RD

00607

VFW

RD

ABBOTTS POND RD

00620

DEEP GRASS LA

HAMMOND DR300

670

CARPENTERS PIT RD

BEEBE RD

00439

0021

3

DEEP

GRAS

S LA

FITZGERALDS RD

HAFLINGER RD

DEER

VALL

EY RD

00401

WARD

BRAN

CH LA

WILLIAMSVILLE

RD 00443

STAYTONVILLE RD 00117

EVANS DR

SCHOOL ST

WEBBS RD

FRONT ST

DUPO

NT BL

VD

SANDBOX RD

S OLD

STAT

E RD

FLEATOWN RD

00224

ABBOTTS POND RD00442

BLAC

KSMI

TH SH

OP RD

ELKS LODGE RD

0038

4

ABBOTTS POND RD

ADAMS DR

OLD

SHAW

NEE RD

00603

N MILFORD BYPASS

00396

FRON

TAGE

RD

00602

HUNTERS

COVE RD

JACKSON DIT CH

RD

BEAV

ER D A

M R D

BR O AD S T

JOHNSON RD

00042

DUPO

NT BL

VD

ABBOTT DR

0022

4

00225

WEBB FARM LA

N UN

ION

CHUR

CH RD

WARREN

FARM RD

00225

S DU

PONT

BLVD

00396BLOOMFIELD DR

0038

4

JUDY RD

00443

WEBB

FARM LA

N OL

D ST

ATE

RD

00429

BUTL

ER RD

S OL

D ST

ATE

R D

VICKERS DR

00008

ABBOTTS POND RD

TUB MILL

POND RDAIRPORT RD

0059

4

HOLLY H I LL RD

CEMETERY

RD

E HUDSON

POND AVE

CHURCH

HILL RD

00207JOHNSON RD

KILL

ENS

P ON D

RD

ACCE

SS RD

00398

SANDBOX RD

00620

BOW

MAN

RD

00396

MEADOW BROOK LA

PINE RD

00447

0021

3

AIRPORT RD

E MASTE

N CIR

SHARONS

RD

1

1

BLAC

KSM I

TH SH

O P RD

0004

4

0021

3

CALHOUN

RD

0004

2

0062

6

N CH

URCH

ST

16161616BEACH

HWY00016

W W

O ODSIDE DR

00207

BLAIR S PON D

RD00444

RD 38-A

GREELY AVE

N UNION

C HURCH RD 00042

SHERMAN AVE

MARSHA LL ST

BOWMAN RD

WILD CHERRY ST

G ST

00629

FRON

T ST

00232

ESTATES

DR

VICTORIA DR

N OL

D ST

ATE

RD

CEDAR WOOD AVEDOT ST

ROOS

A RD

WISS

EMAN AVE

N ST

GING

ER L A

GREENTOP RD

DUPO

NT BL

VD

113

113

KENT PLACE

FERNWOOD DR

NORTHWEST FRONT ST

STAR

LAND

WAY

M EMO

R Y RD

ELIZABETH ST

SPRUCE RD

00595A

DONOVAN ST

MORGAN DRJA

SMIN

E DR

00124

SEABURY AVE

NELSON ST

EVANS ST

W LA

JENEVA LA

36

36

14

14

14

14

00036

MILFORD HARRINGTON HWY 004

09

SCHOOL ST

SPRUCE AVE

0061

5

MAPL E ST

A R MO U R S T

WH A RT ON ST

HICKORY LA

N 4TH ST

LUCKY C DR

ROYAL DR

N WA

LNUT

ST

MELODY LA

MILL ST

DUPO

NT BL

VD

NEW ST

LUCIA CIR

00038SMALL

AVEBUTLER AVE

WASHINGTON ST

POPLAR ST

34069A

00409

Z ST

SUNS

ET LA

0011

3

0061

3ME

M ORY

RD

FISHE

R AV

EBR

IDGE

HAM

AVE

M CCO

LLEY

ST

BEACH HWY 00016

ROSS RD

THE MEAD

BROW

N ST

MAPLE AVE

Q ST

J ST

STATE ST

LAKE

VIEW

AVE

00404

B ALLEY

COASTAL

HWY

KINGS CT

TEATOWN RD

00616

PINE ST

STAYTONVILLE RD

00224

3406

8

PIERCE ST

FRONT

ST

26002

PECA

N AVE

HUNTING

QUARTER RD

E ST

JOHNSON ST 00207

OAK ST

LAKE

WOOD DR

113

113

113

113

113

113

0011

334

033

PINE ST

MARS

HALL

ST00

225

BRADY DR

POLK

AVE

PINE ST

00446

P ST

00445

CEDAR ALLEY

PLUM

ST

ALEXA CT

0011

334

033

DUPONT BLVD

GUN ROD

CLUB RD 00434

W ST

N 5TH ST

5TH ST

POND DR

00388

CANTERBURY RD

15

15

W ST

00094

N 6TH ST

3410234046

A ST

36

36

36

36

0003

6

SHAWNEE RD

WalMart RD

FRONT STW

LA CI R

L STGRIER LA

00020

MAIN ST

0021

334

114

FRONT ST

CIR

WALN

UT ST

NE 10th ST

KINGS HWY

0062

5

1B

1B

1B00 406

MARVEL RD

00607

E AVE

MCCOY ST

South District

CentralDistrict

12

11

10

9Milford

Ellendale

Houston

625

135

138

117B941

501

008D

915

908

384D

927505

902

008A

626

916

907

909

930

914

912

503

022A

121

106

935

008J

502

910

136

913

932

504008B443B

101

021A

906

429A

A

A

B

B

C

C

D

D

E

E

F

F

G

G

H

H

12 12

11 11

10 10

9 9

8 8

7 7

6 6

5 5

4 4

3 3

2 2

1 1

Page 291 inch equals 0.75 miles

Joins Map 25

Joins Map 35

Joins

Map

28Joins Map 30

Addendum No. 2 December 15, 2016

michael.angelo
Oval
michael.angelo
Highlight
Jason.Hastings
Line
Jason.Hastings
Line
Page 7: STATE OF DELAWARE DEPARTMENT OF TRANSPORTATIONgssdocs.deldot.delaware.gov/bids/T201607002.01 Add2.pdf · 2016-12-15 · STATE OF DELAWARE DEPARTMENT OF TRANSPORTATION JACK MARKELL

WOLF RD

00610OAKLEY RD

DUPO

NT BL

VD

CLENDANIEL RD

0062

6JO

HNSO

N BR

ANCH

RD

N OL

D ST

ATE R

D00437

MESSOBOV RD

W HUDSON POND AVE

00623

WEBB

FARM

LA

HUNTING

QUARTER RD

00429

00436

THISTLEWOOD RD

BLAC

KSMI

TH SH

OP RD

0004

4

0043

7

MESS

OBOV

R D

D EEP GR ASS LA

STAYTONVILLE

RDGR

IFFITH

LAKE

DR

00633

00226

PEACHTREE RD

WILLIAMSVILLE RD

00621

CALHOUN RD

HOLLY HILL RD 00447

00384KILLENS POND

RD

00617

LINDA

LE RD

WARNER RD

N UNION

CHURCH RD

00042

00224

0059

5BE

AVER

DAM

RD

WILLIAMSVILLE RD

00443

DUPO

NT BL

VD00

113

00614BENDER FARM RD

NEW WHARF RD

00630

WISSEMAN RD

WILLIAMSVILLE RD 00443

S UNION

CHUR

CH RD

CLENDANIEL

POND RD

00429

00395

DEER

VALLEY RD

TRUITT RD00604

00609 PRONG RD

ELLENDALE FOREST RD00608

0042

9

HUNTING QUARTER RD

WINT

JEN

R D00

213

FLEATOWN RD

00224

00116

PONDER RD

0004

2HIDDEN

MEADO W LA

00207 FITZGERALDS RD

UTICA RD00632

N UNION

CHUR

CH RD

00042

DUPO

NT BL

VD

0061

1OW

ENS RD

00635RUST RD

LORD RD00624

00632UTICA RD

VFW

RD

BAY RD

GRIFFIT

H LA

KE DR

00633

00404

CHURCH HILL

RD

0011

3DEEP GRASS LA

0004

2S UNION

CHURCH RD

0042

9

J ACKSON DI TCH

RD

N OL

D ST

ATE

RD

00613MEMORY RD

MEADOW BROOK LA

00206

WILKINS RD

00042

N UNION

CHURCH RD

BLOOMFIELD DR

GREE

NTOP

RD

WALNUT ST

N U N

ION

CHUR

CH RD

00607

VFW

RD

ABBOTTS POND RD

00620

DEEP GRASS LA

HAMMOND DR300

670

CARPENTERS PIT RD

BEEBE RD

00439

0021

3

DEEP

GRAS

S LA

FITZGERALDS RD

HAFLINGER RD

DEER

VALL

EY RD

00401

WARD

BRAN

CH LA

WILLIAMSVILLE

RD 00443

STAYTONVILLE RD 00117

EVANS DR

SCHOOL ST

WEBBS RD

FRONT ST

DUPO

NT BL

VD

SANDBOX RD

S OLD

STAT

E RD

FLEATOWN RD

00224

ABBOTTS POND RD00442

BLAC

KSMI

TH SH

OP RD

ELKS LODGE RD

0038

4

ABBOTTS POND RD

ADAMS DR

OLD

SHAW

NEE RD

00603

N MILFORD BYPASS

00396

FRON

TAGE

RD

00602

HUNTERS

COVE RD

JACKSON DIT CH

RD

BEAV

ER D A

M R D

BR O AD S T

JOHNSON RD

00042

DUPO

NT BL

VD

ABBOTT DR

0022

4

00225

WEBB FARM LA

N UN

ION

CHUR

CH RD

WARREN

FARM RD

00225

S DU

PONT

BLVD

00396BLOOMFIELD DR

0038

4

JUDY RD

00443

WEBB

FARM LA

N OL

D ST

ATE

RD

00429

BUTL

ER RD

S OL

D ST

ATE

R D

VICKERS DR

00008

ABBOTTS POND RD

TUB MILL

POND RDAIRPORT RD

0059

4

HOLLY H I LL RD

CEMETERY

RD

E HUDSON

POND AVE

CHURCH

HILL RD

00207JOHNSON RD

KILL

ENS

P ON D

RD

ACCE

SS RD

00398

SANDBOX RD

00620

BOW

MAN

RD

00396

MEADOW BROOK LA

PINE RD

00447

0021

3

AIRPORT RD

E MASTE

N CIR

SHARONS

RD

1

1

BLAC

KSM I

TH SH

O P RD

0004

4

0021

3

CALHOUN

RD

0004

2

0062

6

N CH

URCH

ST

16161616BEACH

HWY00016

W W

O ODSIDE DR

00207

BLAIR S PON D

RD00444

RD 38-A

GREELY AVE

N UNION

C HURCH RD 00042

SHERMAN AVE

MARSHA LL ST

BOWMAN RD

WILD CHERRY ST

G ST

00629

FRON

T ST

00232

ESTATES

DR

VICTORIA DR

N OL

D ST

ATE

RD

CEDAR WOOD AVEDOT ST

ROOS

A RD

WISS

EMAN AVE

N ST

GING

ER L A

GREENTOP RD

DUPO

NT BL

VD

113

113

KENT PLACE

FERNWOOD DR

NORTHWEST FRONT ST

STAR

LAND

WAY

M EMO

R Y RD

ELIZABETH ST

SPRUCE RD

00595A

DONOVAN ST

MORGAN DRJA

SMIN

E DR

00124

SEABURY AVE

NELSON ST

EVANS ST

W LA

JENEVA LA

36

36

14

14

14

14

00036

MILFORD HARRINGTON HWY 004

09

SCHOOL ST

SPRUCE AVE

0061

5

MAPL E ST

A R MO U R S T

WH A RT ON ST

HICKORY LA

N 4TH ST

LUCKY C DR

ROYAL DR

N WA

LNUT

ST

MELODY LA

MILL ST

DUPO

NT BL

VD

NEW ST

LUCIA CIR

00038SMALL

AVEBUTLER AVE

WASHINGTON ST

POPLAR ST

34069A

00409

Z ST

SUNS

ET LA

0011

3

0061

3ME

M ORY

RD

FISHE

R AV

EBR

IDGE

HAM

AVE

M CCO

LLEY

ST

BEACH HWY 00016

ROSS RD

THE MEAD

BROW

N ST

MAPLE AVE

Q ST

J ST

STATE ST

LAKE

VIEW

AVE

00404

B ALLEY

COASTAL

HWY

KINGS CT

TEATOWN RD

00616

PINE ST

STAYTONVILLE RD

00224

3406

8

PIERCE ST

FRONT

ST

26002

PECA

N AVE

HUNTING

QUARTER RD

E ST

JOHNSON ST 00207

OAK ST

LAKE

WOOD DR

113

113

113

113

113

113

0011

334

033

PINE ST

MARS

HALL

ST00

225

BRADY DR

POLK

AVE

PINE ST

00446

P ST

00445

CEDAR ALLEY

PLUM

ST

ALEXA CT

0011

334

033

DUPONT BLVD

GUN ROD

CLUB RD 00434

W ST

N 5TH ST

5TH ST

POND DR

00388

CANTERBURY RD

15

15

W ST

00094

N 6TH ST

3410234046

A ST

36

36

36

36

0003

6

SHAWNEE RD

WalMart RD

FRONT STW

LA CI R

L STGRIER LA

00020

MAIN ST

0021

334

114

FRONT ST

CIR

WALN

UT ST

NE 10th ST

KINGS HWY

0062

5

1B

1B

1B00 406

MARVEL RD

00607

E AVE

MCCOY ST

South District

CentralDistrict

12

11

10

9Milford

Ellendale

Houston

625

135

138

117B941

501

008D

915

908

384D

927505

902

008A

626

916

907

909

930

914

912

503

022A

121

106

935

008J

502

910

136

913

932

504008B443B

101

021A

906

429A

A

A

B

B

C

C

D

D

E

E

F

F

G

G

H

H

12 12

11 11

10 10

9 9

8 8

7 7

6 6

5 5

4 4

3 3

2 2

1 1

Page 291 inch equals 0.75 miles

Joins Map 25

Joins Map 35

Joins

Map

28Joins Map 30

Addendum No. 2 December 15, 2016

michael.angelo
Oval
michael.angelo
Callout
BR3-914A
Jason.Hastings
Line
Jason.Hastings
Line
Page 8: STATE OF DELAWARE DEPARTMENT OF TRANSPORTATIONgssdocs.deldot.delaware.gov/bids/T201607002.01 Add2.pdf · 2016-12-15 · STATE OF DELAWARE DEPARTMENT OF TRANSPORTATION JACK MARKELL

35A

Addendum No. 2 December 15, 2016

Jason.Hastings
Callout
3914 016
Jason.Hastings
Callout
3914A 016
Jason.Hastings
Oval
Jason.Hastings
Callout
3913 016
Jason.Hastings
Line
Jason.Hastings
Line
Page 9: STATE OF DELAWARE DEPARTMENT OF TRANSPORTATIONgssdocs.deldot.delaware.gov/bids/T201607002.01 Add2.pdf · 2016-12-15 · STATE OF DELAWARE DEPARTMENT OF TRANSPORTATION JACK MARKELL

DB SECTION 109

LUMP SUM PRICE, PROGRESS, AND PAYMENT

APPENDIX 109A

FORMS INDEX

Form 109-06 Certificate of Title to Materials Stored, or to be Stored, for Incorporation into Delaware Department of Transportation Project

Form CN-91 General Contractor’s Certification of Payment

Form RPP Request for Periodic Payment and Periodic Certification Summary Sheet

Forms PC1-PC3 See Instructions to Proposers, Appendix C Form SOV

See Instructions to Proposers, Appendix C Form SP

See Instructions to Proposers, Appendix C

Addendum No. 2 December 15, 2016

robert.kovacs
Line
robert.kovacs
Line
robert.kovacs
Line
Page 10: STATE OF DELAWARE DEPARTMENT OF TRANSPORTATIONgssdocs.deldot.delaware.gov/bids/T201607002.01 Add2.pdf · 2016-12-15 · STATE OF DELAWARE DEPARTMENT OF TRANSPORTATION JACK MARKELL

Statewide Pipe Replacements Design-Build Project RFP – Part 2 Page 65 of 165

Delaware Department of Transportation

DB SECTION 104

SCOPE OF WORK

DB 104-1 WORK REQUIRED

The Design-Builder shall be required to perform all Work included in Part 1, Project Scope as well as any other Work outlined in the Contract. The Design-Builder shall be required to protect all properties, utilities, and existing Highway facilities within or adjacent to the Right of Way (ROW) and to repair or replace any such properties, utilities and facilities damaged or destroyed by construction operations by the Design-Builder or any employee or Subcontractor.

The Design-Builder shall be responsible for the Work of its various Subcontractors and for the coordination of all construction activities. Their respective operations shall be arranged and conducted so as to avoid delays. The Design-Builder shall closely coordinate Subcontractor Work, Material deliveries and construction operations when the Work of the Design-Builder overlaps or ties into Work of another Contractor.

Any modification, removal, and/or replacement of Work already in place due to delays or oversights by the Design-Builder or its Subcontractors shall be performed at the Design-Builder’s expense. Such modification, replacement or repair work shall not be the basis for a claim for extra compensation.

The Design-Builder shall provide preventive and corrective maintenance of all Work until Final Acceptance by the Department.

DB 104-2 INTENT OF CONTRACT

The intent of the Contract is to provide for performance and completion of the Work described. The Design-Builder shall furnish all labor, Materials, Equipment, tools, transportation, and supplies required to complete the Work in accordance with the Plans, Project Specifications, and terms of the Contract.

When an item in the Contract requires the Design-Builder to make a choice between more than one Material, standard, procedure, etc., the Design-Builder shall indicate the choice to the Department’s Project Manager in writing.

When the Project Specifications reference or require the use of “manufacturer’s recommendations or specifications,” the Design-Builder shall provide the Department’s Project Manager with a current copy of these recommendations or Specifications prior to initiating Work that incorporates such information. NTP for the contract will be issued within 15 Calendar Days of the Design Mobilization Workshop outlined in Section 105-12.1. Contract completion time is 1461 Calendar Days from NTP.

DB 104-3 ALTERATION OF THE CONTRACT

The Department reserves the right to order Work not provided for in the Contract whenever such Work is found essential or desirable to satisfactorily complete the Contract within its intended scope. Such Work shall be performed in accordance with the Specifications and as directed. Payment for such Work will be made as provided in DB Section 109.

The Department reserves the right to order changes in details, including changes in Materials, processes, and sequences, whenever such changes are in the best interests of the public or are necessary or desirable to satisfactorily complete the Work. Such changes in details shall be performed in accordance with the Specifications and as directed. Payment will be made as provided in DB Section 109.

Addendum No. 2 December 15, 2016

Page 11: STATE OF DELAWARE DEPARTMENT OF TRANSPORTATIONgssdocs.deldot.delaware.gov/bids/T201607002.01 Add2.pdf · 2016-12-15 · STATE OF DELAWARE DEPARTMENT OF TRANSPORTATION JACK MARKELL

Statewide Pipe Replacements Design-Build Project RFP – Part 2 Page 66 of 165

Delaware Department of Transportation

Alterations to the Contract as provided for by this DB Section 104-3 shall not invalidate the Contract nor release the Surety. The Design-Builder agrees to accept the Work as altered as if it had been part of the original Contract. The Design-Builder shall notify the Surety of any alterations to the Contract.

Alterations of the Contract shall not involve Work beyond the physical limits of the proposed Work, except as necessary to satisfactorily complete the Project or as addressed by DB Section 104-7.

DB 104-4 MAINTAINING TRAFFIC

The Design-Builder shall keep all roads open to all traffic during the construction, when practicable. Where approved by the Department, traffic may be bypassed over an approved detour route. The Design- Builder shall keep the section of the Project being used by public traffic in a condition that safely and adequately accommodates traffic. The Design-Builder shall furnish, erect, and maintain barricades, suitable lights, drums, warning signs, delineators, striping, and flaggers, in accordance with the Department’s Manual on Uniform Traffic Control Devices (MUTCD).

The Design-Builder shall bear all expense of maintaining the section of road undergoing improvement including all temporary approaches or crossings and intersections with trails, roads, Streets, businesses, parking lots, residences, garages, farms, and other features as may be necessary. The Design-Builder shall also bear all expense for repairing pavement on approved detour routes when diverting traffic onto a roadway with a lower functional classification and for all roadways that are damaged by the Design- Builder during site construction. Repairs may include, but are not limited to, pavement patching, pavement overlay or pavement reconstruction. Detour routes shall be reviewed with the Design-Builder prior to implementation to agree upon the condition. Snow removal along routes open to traffic will not be required of the Design-Builder.

If the Design-Builder does not complete the Work within the Contract completion time (including approved extension time), the cost of all traffic control items to maintain traffic as required in accordance with the MUTCD (including all subsequent revisions up to the date of the Advertisement of the Project), the Plans, and Specifications shall be borne by the Design-Builder to complete the remaining work beyond the Contract time. Traffic control items shall include but not be limited to warning lights, warning signs, barricades, plastic drums, Portland Cement Concrete safety barrier, flaggers, police officers, arrow panel, message board, and portable impact attenuator.

See Contract Documents Part 3 – Appendix C, Traffic Management Plan (TMP), and Contract Documents Part 4 - Special Provisions for additional requirements.

DB 104-5 FINAL CLEANING OF PROJECT SITE

Before final inspection of the Project, the Project, publicly owned borrow sources, and all areas occupied or affected by the Design-Builder in connection with the Work within the right-or-way shall be cleaned of all rubbish, excess Materials, temporary Structures, and equipment. All surfaces and slopes, whether old or new, shall be trimmed to the cross-section, all grass and weeds, which are taller than 6” shall be cut and all parts of the work shall be left in an acceptable condition. The acceptability of the final cleanup shall be at the sole determination of the Department. The cost of the final cleanup shall be incidental to the Contract and no separate payment will be made.

DB 104-6 GUARANTEES

The Design-Builder guarantees, by signing the Contract, electrical equipment, apparatus, Materials, and workmanship provided under the Contract for a minimum period of one year after Final Acceptance. See Contract Documents Part 3 – Appendix A, Performance Specifications.

Addendum No. 2December 15, 2016

robert.kovacs
Line
robert.kovacs
Line
robert.kovacs
Line
robert.kovacs
Line
robert.kovacs
Line
robert.kovacs
Line
robert.kovacs
Line
Page 12: STATE OF DELAWARE DEPARTMENT OF TRANSPORTATIONgssdocs.deldot.delaware.gov/bids/T201607002.01 Add2.pdf · 2016-12-15 · STATE OF DELAWARE DEPARTMENT OF TRANSPORTATION JACK MARKELL

Statewide Pipe Replacements Design-Build Project RFP – Part 2 Page 81 of 165

Delaware Department of Transportation

Deficiencies, non-compliance, errors, and/or omissions will be documented by the Department in written Non-Conformance Reports (NCRs). The Design-Builder shall respond to and address issues covered by NCRs and shall bring the Work into compliance with Contract requirements. In such cases, the Design- Builder's corrective actions will be subjected to further Consultation and Written Comment by the Department.

Approvals will only be given by the Department for those submittals or Work specifically identified in the Contract Documents as for "Approval" or "approval."

Consultation and Written Comments or Approval by the Department of design documents, Working Plans, other required submittals, activities/actions, construction means and methods, and/or the Design- Builder's construction detail does not relieve the Design-Builder of the full responsibility for providing adequate QC measures and does not relieve the Design-Builder of providing proper and sufficient Material, Equipment, and labor to complete the Work in accordance with the Contract, Design Plans, and Project Specifications.

DB 105-12 MEETINGS

The Design-Builder shall participate in meetings as indicated in this Section. The party leading the meeting shall record minutes of all meetings and distribute them within five working days of the meeting. Meeting minutes shall clearly identify the following: A) Date and attendees:B) Preparer and contact information;C) Action items and issues;D) The party responsible for the action item;E) The status of issues;F) Due dates for identified action items; andG) Distribution.

Action items and issues shall be retained in the minutes of subsequent meetings until the required action is completed and/or the issue is resolved.

DB 105-12.1 Design Mobilization and Workshop Meeting

Within 30 15 Calendar Days of NTP contract execution, the Design-Builder's Project Manager will consult with the Department's Project Manager and will arrange and lead a meeting prior to the Design-Builder initiating additional design Work. The purpose of the meeting will be to identify the design team, key Department personnel, establish submittal and review protocols, and discuss design concepts for replacement culvert type, maintenance of stream flow, erosion and sediment control, stormwater management and temporary traffic control. The intent is to make the subsequent Design Reviews more effective and efficient for all parties. The agenda shall be developed and prepared by the Design-Builder in consultation with the Department's Project Manager and shall include the following:

A) The organization for design including all sub-consultants, Subcontractors, or similar entities;B) Submittal and Approval procedures;C) The design schedule and time allocations for Design Reviews; andD) Design Quality Control and Quality Assurance.

DB 105-12.2 Preconstruction Meeting The Design-Builder will contact the Department's Project Manager to schedule a Preconstruction Meeting prior to the start of any construction work at each construction site. Agenda items shall include, but are not limited to the following: A) Construction Schedule;B) Staging Areas;

Addendum No. 2December 15, 2016

robert.kovacs
Line
robert.kovacs
Line