PRE-BID MEETING MINUTES/ADDENDUM #1 S. LAKEVIEW DRIVE DRAINAGE IMPROVEMENT PROJECT BID NUMBER PW

Similar documents
ADDENDUM NO. 4. Modification to Part I, Section 2.0, Item J of the Project Book

Town of Caroline. Town Hall Exterior Painting Project

Date: 3/7/18 RFB No: Commodity: Wastewater System Improvements FY 16/17 Phase 12 Herring Sedwick Sewer Phase II.

COUNTY OF TANEY, MISSOURI

ADDENDUM #2. September 14, 2018

CITY OF SARALAND FINAL SUBDIVISION PLAT REVIEW

Mountain View Middle School (RRPS Project # ) 4101 Montreal Loop NE, Rio Rancho, NM 87144

Abatement and Management Office Demolition at Parks Place IFB Number

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #

Unit 53 Arden S.R. 80 & Onsite Earthwork, Roadway, Drainage & Utility Improvement Project for Northern Palm Beach County Improvement District

County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

Use permitted by: Right Special Exemption

Invitation For Bid IFB 2895

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

ZONING & LAND USE APPLICATION

CLAYTON COUNTY WATER AUTHORITY. Sewer System Evaluation Surveys

Chapter 8. Competitive Sealed Bidding: Addenda, Modifications, and Withdrawals

BID PROPOSAL FOR THE CONSTRUCTION OF CHARTER TOWNSHIP OF SHELBY SANITARY SEWER SAD 34-S-2015 MACOMB COUNTY, MICHIGAN

Township of Collier 2418 Hilltop Road Presto, PA 15142

FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (C ) DRAFT

COUNTY OF EL DORADO, CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

Project Manual. For. September 26, 2017

RFP # Request for Proposals Canyon Pointe Parking Lot Replacement

BID DOCUMENTS FOR DEMOLITION OF STRUCTURE AND DETACHED SHED AT 111 SOUTH LANSING STREET

Demolition of Single Family House and Garage Site Address: ½ Ave. N. St. Cloud, MN 56303

New 2017 Fairway Deep Tine Aerifier

Invitation to Bid. Manhole

INVITATION TO BID & CONTRACT

ITB NO INVITATION TO BID SALE OF 36 PASSENGER BUS BIDS DUE SEPTEMBER 6, 2017 AT 2:00 PM

This Addendum incorporates the following items: 1. Pre Proposal Summary along with the sign-in sheet (attached).

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

8 th Avenue Duct Bank 8 th Avenue From 8 th Street to 10 th Street Underground Electrical Distribution New Westminster, BC

SANDOVAL ARCHITECTURE, P.C. STUDENT SERVICES CENTER IMPROVEMENTS - REBID 02 APRIL UNIVERSITY BLVD. SE ALBUQUERQUE, NEW MEXICO 87106

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587

ATTACHMENT A BID FORM FIXED PRICE CONTRACT ITB # VK

ADDENDUM NO. 1 TO BID PACKAGE MAY 27, 2011

Woodhaven Drive Relocation Bedford County, Virginia H&P Project Number: September 9, 2013 ADDENDUM #1

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

HARDYSTON TOWNSHIP MUNICIPAL UTILITIES AUTHORITY

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME

Peninsula Township Requests for Proposal For Tree Removal at a Municipal Site

INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION. January 29, 2019 at 2:00 P.M. in person, or by mail/carrier

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No.

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase

Phase 2A Lots and Parcel Identification Numbers: All located in Plat of Pleasant Hill Estates

ENGINEERING SERVICES DEPARTMENT PROCEDURAL GUIDE FOR THE PREPARATION OF ASSURANCES OF COMPLETION AND MAINTENANCE OF IMPROVEMENTS

Neighborhood Line Extension Program

PRINT NAMES OF BUYERS AS ARE THEY ARE TO APPEAR ON DEED (WITH MIDDLE INITIALS, ETC.)

PERRY CITY UTAH REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

REQUIREMENTS FOR CONSTRUCTION AND CONSTRUCTION RELATED CONTRACTS WITH VALUES OF LESS THAN $200,000

220 S.E. Green Street Lee s Summit, MO RFP # RE TITLE SIGNATURE PAGE REQUEST FOR PROPOSAL NO.RE

INVITATION TO BID. Sale of Motor Graders Curry County Road Department Clovis, New Mexico. Invitation to Bid No. 2014/15-04

Request For Proposal RFP # Capital Lease Financing for Enterprise Software. City of Greenville, Texas. October 13, 2010

Addendum No. 1 to ITB EMERGENCY DEBRIS REMOVAL SERVICES

Prepared by Office of Procurement and Real Property Management. This replaces Administrative Procedure No. A8.215 dated November 2012 A8.

BLIND BID PROCEDURES

VILLAGE OF MUNDELEIN NORTH LAKE STREET FAÇADE IMPROVEMENT PROGRAM ARCHITECTURAL DESIGN SERVICES

CITY OF SARALAND PRELIMINARY SUBDIVISION PLAT REVIEW

SURPLUS PROPERTY BID PACKAGE

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Graphic Design Training Services. office. 301 West Railroad Weslaco, Texas 78596

RIVERDALE CITY PLANNING COMMISSION APPLICATION FOR RESIDENTIAL SUBDIVISION SITE PLAN APPROVAL

RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM

Neighborhood Line Extension Program

Community Development Fees (as of March 2015)

REQUEST FOR OFFERS. Tsubota Steel Site. ISSUE DATE: February 12, 2014

REQUEST FOR PROPOSALS Professional Engineering Services for Lift Station In the Rural Municipality of Wellington

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

ADDENDUM #1 TO BID # BID NUMBER: ISSUE DATE: Wednesday, March 21, 2018

CITY OF BOISE. Finance and Administration and Public Works Departments

Invitation for Land Sale by Sealed Bid

THE TOWN OF BANCROFT REQUEST FOR PROPOSAL (RFP) COMMERCIAL REAL ESTATE BROKERAGE SERVICES

Request for Proposals (RFP) for. The construction of a new pole barn addition for the AuSable Township Department of Public Works

SECTION INVITATION TO BID

EAST BATON ROUGE REDEVELOPMENT AUTHORITY ADMINISTRATIVE POLICY PROCUREMENT CONTRACTING AND DBE POLICY FOR FEDERALLY FUNDED PROJECTS.

NOTICE OF ADDENDUM #1

APPLICATION FOR SITE PLAN CONTROL for applying under Section 41 of the Planning Act, R.S.O. 1990, CHAPTER P. 13 (as amended)

Surplus Sale of Property Located at 4402 Highway 24 Bourg, Louisiana

CHAPTER 2 RELATED DOCUMENTS AND FORMS

REQUEST FOR PROPOSALS VENDOR: RFP OPENING:

Texas Wholesale Homes

City of Lawrence Office of the Purchasing Agent

Bids Due and Opening Wednesday, December 7, 2016 Time 2:00 p.m.

SUBDIVISION AND / OR LAND DEVELOPMENT SUBMITTAL REQUIREMENTS

Town of North Castle New York REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

ZONING COMPLIANCE PERMIT APPLICATION

INVITATION TO BID. Outdoor Slide with Trailer for use at the North Little Rock Parks and Recreation Funland Amusement Park

INVITATION FOR BID VENDOR: BID OPENING:

Silverdale Water District 2017 Construction Agreement Developer to Build Extension

VILLAGE OF SCARSDALE 1001 POST ROAD SCARSDALE, NEW YORK SOLICITATION OF SEALED BIDS FOR 32 FERNCLIFF ROAD SCARSDALE, NEW YORK 10583

CONTRACT DRAWINGS Not Issued. CONTRACT DOCUMENTS Not Issued

CHARLES COUNTY GOVERNMENT ITB NO US 301 PARK & RIDE PHASE II

FOR INFORMATION PURPOSES ONLY. Request for Proposals for the Purchase of a Site for the New Acute Care Hospital with Schedules

INFORMATION FOR VENDORS DOING BUSINESS WITH THE CITY OF CORAL SPRINGS, FLORIDA FINANCIAL SERVICES DEPT

STATE OF NEW JERSEY. SENATE, No th LEGISLATURE. Sponsored by: Senator JEFF VAN DREW District 1 (Atlantic, Cape May and Cumberland)

TOWNSHIP OF BORDENTOWN LAND DEVELOPMENT APPLICATION CHECKLIST. General Requirements for all Applications

NEW SINGLE FAMILY RESIDENTIAL

ROAD PAVING/BITUMINOUS CONCRETE

City of Columbia ENgiNEEriNg regulations Part 6: ProCEDurEs For the subdivision of land table of CoNtENts Paragraph Description Page No.

MARPLE TOWNSHIP 227 South Sproul Road Broomall, PA FORM OF PROPOSAL For Sale of Used Vehicles

Transcription:

January 12, 2017 To Whom It May Concern: I. INSTRUCTIONS PRE-BID MEETING MINUTES/ADDENDUM #1 S. LAKEVIEW DRIVE DRAINAGE IMPROVEMENT PROJECT BID NUMBER 17-0023PW A. The following additions, deletions, revisions, and/or amendments to the original drawings and specifications are hereby made a part thereof, and a part of the contract documents. All provisions of said documents shall remain in force and effect, except as herein amended. B. This supplement to the specifications is issued prior to the receipt of bids. All work covered in this supplement shall be included in the original quotation; and the supplement will be considered part of the Contract Documents. Bidder must acknowledge receipt of this Addendum on the Bid Form. Please consider the following and incorporate it into your bid: II. PRE BID MEETING MINUTES Location: John W. Pitts Center, 10 Electric Avenue, Dover, DE 19904 Speakers: Winter Wong, E.I.T, Civil Engineer City of Dover Pete Gregg, Procurement Manager City of Dover Date: January 3, 2017 Time: Regarding: 9:00 A.M. 9:18 A.M. Pre-bid meeting for S. Lakeview Drive Drainage Improvement Project, Bid No.: 17-0023PW Mr. Wong began the meeting with introductions of the speakers. Sign-in sheet was distributed at the meeting. Mr. Pete Gregg City of Dover: ITB NUMBER: 17-0023PW, Sealed Bids, three (3) paper copies and one (1) electronic copy Adobe PDF or Microsoft Word must be received by the City of Dover Purchasing Office, 710 William Street, Dover, DE no later than 2:00 P.M.

on Wednesday, February 1, 2017 for the S. Lakeview Drive Drainage Improvement Project 17-0023PW. Late bids will not be accepted. Email bids or Fax bids will not be accepted! BID SUBMISSION - All bids should be delivered to: Peter Gregg Contract and Procurement Manager City of Dover Purchasing Office 710 William Street Dover, Delaware 19904 All documents submitted shall be considered the property of the City of Dover and will not be returned to the Bidder. Any and all proprietary information contained in proposal must be clearly marked. Dollar values of bids will not be considered proprietary information. All questions must be submitted in writing to doverwhse@dover.de.us or faxed to (302) 736-7178 no later than Wednesday January 11, 2017. All questions will be answered in a form of an addendum on or around January 18, 2017. Once bids are opened, the status of the project along with tabulations will be posted on the City of Dover s website: www.cityof dover.com/bid-tabulation. Minority owned vendor preference shall be three percent (3%) of the value of the award. The vendor must identify qualification and claim to the preference on the submitted bid documents. The vendor must provide authoritative proof of minority ownership such as identification in the certification directory maintained by the State of Delaware, Department of Administrative Services, Office of Minority and Women Business Enterprises to qualify for this preference. This preference is to be considered as a standalone and cannot be added to any other preference that may be allowed. This preference shall not apply to subcontractors Local vendor preference will be considered for this project. Local vendor preference shall be three percent (3%) of the annual value of the award. The term local vendor is defined as a gradually increasing range with preference assigned as follows: o Rule 1: Vendor located within the city limits of the City of Dover. o Rule 2: Vendor located within Kent County, Delaware (applicable only if no vendor qualifies under rule 1). o Rule 3: Vendor located within State of Delaware (applicable only if no vendor qualifies under rule 1 or 2). If in the event no vendor qualifies under rules 1, 2, or 3, no local vendor preference will be awarded. The vendor must identify qualification and claim to the preference on the submitted proposals documents. This preference is to be considered as standalone and cannot be added to any other preferences that may be allowed. INFORMATION FOR BIDDERS page IFB-1, second paragraph: Change Bid No.: 17-0013PW to 17-0023PW.

Mr. Winter Wong City of Dover: Questions/Answers: Overview of the project: Project involves installing 128 linear feet of 15 RCP, replacement of 4 SDR 35 PVC sewer lateral and cleanout, installing 1 precast concrete junction box with hinged manhole, 1 precast double inlet, 1 precast 15 flared end section with safety grate, abandoning existing storm pipe with approximately 1 cubic yard of flowable fill, install 1 cubic yard of R3 stone and 7 cubic yard of R-4 stone, 10 square yards of hot mix patching, furnish and place approximately 100 cubic yards of top soil, removal and replacement of 1 tree, and restoration of all disturbed areas. The City has secured a 20 wide easement on 26 S. Lakeview Drive. The homeowner has allowed the magnolia tree to be removed, however contractor shall make all attempt to save the maple tree. Should the maple tree need to be removed, the contractor shall bear the cost of removal including stump removal. Project is located on 26 S. Lakeview Drive in Dover, Delaware. Parking will be limited to street parking. Contractors shall not block residents from entering and exiting their property during construction. 48 hour notice must be provided to residents prior to construction. Contractor will be responsible for securing staging area and material storage. Contractors shall protect all trees, shrubs, and other landscapes that are not intended to be removed. Damaged items shall be fixed or replaced at contractor s expense. Working hours are limited to 7am-3:30pm. Contractors will need request permission from the Director of Public Works if additional time is needed. Overtime for Department of Public Works Inspection Services beyond normal business hours will be paid for at contractor s expense. Contractors must complete Statement of Qualification in the INVITATION TO BID. Bids with incomplete Statement of Qualifications will not be evaluated. Anticipated schedule for completion is 90 days after Notice to Proceed is issued. AIA G702/G703 sheets shall be used by contractors to submit for payment. Prevailing wage will not be in effect for this project. Meeting was adjurned at 9:18 am 1. Q: What is the anticipated start date for this project? A: The project is anticipated to start in March of 2017.

PRINTED NAME, COMPANY Winter Wong, City of Dover Peter Gregg, City of Dover Rob Solloway Kent Const. Johnny Stant Teal Construction Barry Davidson Lindstrom Exc. Steve Newman Reybold Const. Mark Kohout Gateway Const. Lee Dixon Dixon Contracting Inc Bill Czachorowski Zack Excavation Inc Danny Hanna A-DEL Const. CITY OF DOVER S. LAKEVIEW DRIVE DRAINAGE IMPROVEMENTS (17-0023PW) ADDRESS PHONE FAX EMAIL PO. Box 475, Dover, DE 19903 710 William St. Dover, DE 19904 2 Big Oak Rd Smyrna, DE 19977 612 Marry St Dover, DE 19904 25820 Still Pond Neck Rd Worton, MD 21678 116 E. Scotland Dr Bear, DE 19701 498 Sudlersville Rd, Clayton DE 19938 1614 Seeneytown Rd Dover, DE 19904 2935 S. Dupont Blvd, Smyrna, DE 19977 10 Adel Dr Newark, DE 19702 302-674-7561 302-736-4217 wwong@dover.de.us 302-736-7795 302-736-7178 pgregg@dover.de.us 302-653-6469 302-653-4044 Estimator2@kentconstructionco.com 302-678-9500 302-678-9715 jstant@tealconstruction.com 410-778-6344 410-778-0477 dvane@lindexc.com 609-202-4112 302-392-4491 snewman@reybold.com 302-653-4400 302-653-4402 Gwc2001@gmail.com 302-653-4623 302-653-1113 dixonconde@aol.com 302-223-6223 302-223-6531 Ryan.kimble@zackexc.com 302-453-8286 302-453-9550 dhanna@a-del.com End of Addendum #1 If you have any questions, please contact me at (302) 736-7795 or email pgregg@dover.de.us. Sincerely, Peter K. Gregg Contract and Procurement Manager City of Dover Purchasing Office (302) 736-7795 Fax (302) 736-7178 Pgregg@dover.de.us www.cityofdover.com

Addendum Receipt Record ITB 17-0023PW We have received and reviewed the following Addenda (if applicable): 1. _Addendum #1, dated _January 12, 2017. 2., dated. 3., dated. FIRM NAME: BY: PRINTED: TITLE: DATED: ADDRESS: PHONE: FAX: FEDERAL: ID#

S. LAKEVIEW DRIVE DRAINAGE CITY OF DOVER, DELAWARE BID FORM ADDENDUM 1 Date: Bid of (hereinafter called BIDDER ), organized and existing under the laws of the State of Delaware doing business as *. To the City of Dover (hereinafter called OWNER ). In compliance with the Invitation to Bidders, BIDDER hereby proposes to perform all WORK for the S. Lakeview Drive Drainage Improvements project, Bid No. 17-0023PW, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. The BIDDER has examined the Drawings and Specifications with related documents and the site of the proposed work, being familiar with all of the conditions surrounding the construction of the proposed project including materials and supplies, and to construct the project in accordance with the CONTRACT DOCUMENTS at the price stated below. The price is to cover all expenses incurred in performing the work required under the Contract Documents of which this Bid is a part. The BIDDER declares that the attached Specifications and the Drawings therein referred to have been carefully examined and are understood. It is proposed and agreed if the Bid is accepted to contract with the City of Dover the required work in the manner set forth in the Specifications and shown by the Drawings. *Corporation, Partnership, or Individual as applicable. BIDDER hereby agrees to commence WORK under this contract on or before a date to be specified in the NOTICE TO PROCEED and to fully complete the PROJECT within 90 consecutive calendar days thereafter. Liquidated damages of $500 per day will be in effect with this PROJECT, refer to Section 01 00 00. BIDDER acknowledges receipt of the following ADDENDUM (if applicable): Addendum 1 The BIDDER declares that the only person, firm or corporation, or persons, firms or corporations, that has or have any interest in this bid or in the Contract or Contracts proposed to be taken is or are the undersigned; that this bid is made without any connection or collusion with any person, firm or corporation, making a bid for the same work. Items to be included with Bid: Completed Bid Form (3 Copies) Bidders Statement of Qualifications Bid Bond (10% of the total amount of the BID) BF-1

The bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within 10 days and deliver. The names and addresses of all members of a firm or the names, addresses, and titles of every officer of a corporation as the case may be, must be given here by the member if the firm or by the officer or agent of the corporation who signs the Bid. Respectfully submitted: Signature Company Name Title Address Date License Number (if applicable) Telephone No. SEAL (If BID is by a corporation) If a Partnership, state names and addresses of Partners here: BF-2

S. LAKEVIEW DRIVE DRAINAGE IMPROVEMENTS BID NO.:17-0023PW CITY OF DOVER, DELAWARE BID FORM BIDDER agrees to perform the work described in the CONTRACT DOCUMENTS for the following prices: BID ITEM DESCRIPTION QUANTITY UNIT UNIT COST BID AMOUNT 01 MOBILIZATION/DEMOBILIZATION 1 LS 02 TRAFFIC CONTROL 1 LS 03 SURVEY AND LAYOUT 1 LS 04 EROSION AND SEDIMENT CONTROL 1 LS 05 15 RCP STORM SEWER 128 LF 06 07A REPLACE 4 SDR 35 PVC GRAVITY SEWER LATERAL CONNECTION AND CLEANOUT PRECAST CONCRETE BOX MANHOLE (48 X 48 ) WITH HINGED MANHOLE COVER 1 LS 1 EA 07B PRECAST DOUBLE INLET 1 EA 07C 15 FLARED END SECTION w. SAFETY GRATE 1 EA 08 ABANDONMENT OF EXISTING PIPE IN PLACE USING FLOWABLE FILL 1 CY 09a 3 MIN. R3 RIP RAP STONE 1 CY 09b 6 MIN. R-4 RIP RAP STONE 7 CY 10 PERMANENT PAVEMENT PATCHING 10 SY BF-3

11 SITE RESTORATION 1 LS 12 TOPSOIL FOR GRADING OF PERMANENT UTILITY EASEMENT 100 CY 13 TREE REMOVAL AND REPLACEMENT 1 EA CONTINGENCY ITEMS 14 DISPOSAL OF UNSUITABLE MATERIAL 20 CY 15 MISCELLANEOUS SELECTFILL 30 CY 16 TREE REIMBURSEMENT ALLOWANCE 1 EA $2,000.00 $2,000.00 SUB TOTAL: TOTAL FOR BID ITEMS 1 THRU 16: NOTE: Contractor shall supply documentation to answer all requirements in the Statement of Qualification section, located in Section ITB. Name of bidder: (Individual, Firm, or Corporation) Point of contact: (Printed name of individual whose signature appears below) Signature of bidder: Business Address: Telephone number: Fax number: BF-4

Email Address: Date of bid: Local Vendor Preference (Circle one): Rule 1 Rule 2 Rule 3 None Minority Vendor Preference (Circle one): Yes No END OF SECTION BF BF-5