Upload
others
View
5
Download
0
Embed Size (px)
Citation preview
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.
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
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
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
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
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
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
35A
Addendum No. 2 December 15, 2016
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
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
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
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