ADDENDUM #1 Walker Woods Pump Station Replacement PW

Similar documents
ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

Sample. Bid Proposal. Not Valid for Use

Addendum No. 1 Page 1 of 2

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

Job Order Sewer Repair Services

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

General Water Bid Items Item No.

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

SECTION MEASUREMENT AND PAYMENT

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

Main Building Auditorium

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

PROPOSAL AND BID FORM (Submit in triplicate)

Addendum No. 1 Issue Date: March 29, 2016

BID FORM (LUMP SUM CONTRACT)

BASE BID Description Written & Numeric Price

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

SECTION MEASUREMENT AND PAYMENT

ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO (2 pages)

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

A D D E N D U M N O. 4

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

ADDENDUM 2 KODIAK ISLAND BOROUGH CHINIAK TSUNAMI CENTER AND LIBRARY Kodiak, AK

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:

JUDD STREET LIFT STATION DEWATERING CONTRACT

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

PROPOSAL OF, a corporation. an individual doing business as

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02


ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

Addendum No. TWO Date:

PAWLEYS ISLAND TOWN HALL

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

A D D E N D U M N O. 1

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO

ADDENDUM #1 FOR RFP #PC507 Tree Removal and Sewer/Water Line Rehab at Medical Center PH Community

DOCUMENT BID PROPOSAL

ADDENDUM NO. 1 APRIL 24, 2017

REVISED BID FORM WILLIAM PATERSON UNIVERSITY OF NEW JERSEY. PROJECT NAME: Renovations & Addition to Hunziker Hall & Wing

BID FORM. (Firm) FOR CONSTRUCTION OF

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

ADDENDUM NO. 1. GOODWYN, MILLS AND CAWOOD, INC st Avenue South Suite 100 Birmingham, Alabama Ph: Fax:

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal.

Both envelopes must have the following information in the lower left hand corner:

August 19, Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY

DEAN + TYLER + BURNS ARCHITECTURE

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE 1 PROJECT DESCRIPTION 2 2 PHYSICAL CONDITIONS/CONTRACT PLANS 2 3 PROJECT COORDINATION 3-5

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

TELEPHONE: (215) Addendum No. 03

ADDENDUM NO. 1 NOVEMBER 8, 2016

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications


BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

PUBLIC WORKS DEPARTMENT

Finance & Technology Administrator (815) ext 223

Transcription:

April 10, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Walker Woods Pump Station Replacement 18-0027PW 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. QUESTIONS/ANSWERS: Q: Will there be a pre-bid meeting, or site visit for this project? A: There will not be a pre-bid meeting for this project. Site visits may be scheduled by contacting Bob LaFountain from Public Works at 302-736-7056. Q: Could you furnish information regarding liquidated damages for this project? A: Information regarding liquidated damages for this project can be found on page one of the Bid Form and Section 00 73 00, paragraph 1.03 as shown below. *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 One Hundred Eighty (180) calendar days thereafter. Liquidated damages of $500 per day will be in effect with this PROJECT, refer to Section 00 73 00, paragraph 1.03. 1

III. REVISIONS 1. Replace Specification 00 11 14 Section ITB Invitation to Bidders with the attached Specification 00 11 14 Section ITB Invitation to Bidders, which includes changes to paragraph, II A. 2. Replace Specification 00 41 00 Bid Form with the attached Specification 00 41 00 Bid Form. 3. In Specification 00 72 00, page 6, under Contract Drawings, correct These drawings consist of a total of eleven (11) sheets to a total of fourteen (14) sheets. 4. Replace Specification 01 22 00 Unit Prices with the attached Specification 01 22 00 Unit Prices. End of Addendum #1 If you have any questions, please contact me at (302) 674-7563 or email bwolfgang@dover.de.us. Sincerely, Barry Wolfgang Acting Contract and Procurement Manager City of Dover (302) 674-7563 Fax (302) 736-7178 bwolfgang@dover.de.us www.cityofdover.com 2

Addendum Receipt Record ITB 18-0027PW We have received and reviewed the following Addenda (if applicable): 1. _Addendum #1, dated _April 10,2018. 2., dated. 3., dated. FIRM NAME: BY: PRINTED: TITLE: DATED: ADDRESS: PHONE: FAX: FEDERAL: ID# 3

BID NUMBER: 18-0027PW SECTION ITB INVITATION TO BIDDERS Sealed Bids, three (3) copies and one (1) electronic copy, will be received by the City of Dover, City of Dover Procurement Office, 710 William Street, Dover, DE 19904 no later than 2:00 P.M. on Wednesday, April 18, 2018 for the general construction of the Walker Woods Pump Station Replacement project, at which time the bids will be opened publicly and read aloud. I. NAME OF SOLICITING GOVERNMENT City of Dover, Delaware City Hall The Plaza P.O. Box 475 Dover, Delaware 19903-0475 II. PURPOSE OF REQUEST A. The work under this project includes maintenance of sanitary flow during the entirety of the work, bypass pumping, demolition of existing pumping station, installation of a new bypass piping connection with shutoff valves, connection to an existing force main, installation and relocation of a new vacuum primed pumping skid complete with two (2) Smith and Loveless 4B2X centrifugal pumps, one (1) pump control panel complete with circuit breaker, motor starters - Variable Frequency Drives (VFD s), level control system consisting of a level transducer and backup floats, installation of a concrete riser with access keyway, wet well access ladder, new electrical equipment rack and pad, new electric meter socket, new main disconnect, manual transfer switch, generator receptacle, branch circuit panel board, disconnect switches, replacement of the existing SCADA RTU with a HighTide SCADA RTU, coordination with City of Dover to integrate interconnection of new pump control panel to proposed HighTide SCADA RTU, new site lighting and site restoration. It is anticipated that this project will be completed within one hundred eighty (180) calendar days. B. The Contractor shall and will furnish and deliver to the City all labor, materials and equipment to successfully complete the work of this Contract, of which all construction documents are a part, and which is generally described as the replacement and relocation of a vacuum prime pumping skid, installation of a new bypass piping connection, rehabilitation of the existing wet well, electrical work, sediment and erosion control, traffic control, surface restoration and all other appurtenances and incidental items of the work complete and in place. III. C. The City of Dover (the City) invites written bids from qualified contractors that are interested in providing services, as outlined below. SCOPE OF WORK A. The work to be done is covered in the Construction Documents (Drawings) titled Walker Woods Pump Station Replacement and in the project technical specifications titled Walker Woods Pump Station Replacement, Section 01 10 00- mary B. All implements, machinery, tools, maintenance of traffic (traffic control), erosion and sediment control, equipment, and material, shall be provided by the contractor, including ITB-1

the labor necessary for the removal of the existing pumping station and the installation of the new pumping station and shall furnish and do everything necessary to make the work perfect, complete, neat and finished. The Contractor shall leave all the work to be done under this Contract in this condition at the time the work is finally inspected. IV. STATEMENT OF QUALIFICATIONS (SOQ) A. All contractors submitting bids shall include the following: an acceptable experience record, an acceptable equipment schedule and any other documents deemed necessary by the City of Dover. Below is a detailed list of the items that must be submitted to the City of Dover on the date of the bid opening. 1. Business name and contact person, together with the address, telephone number, facsimile number and email address, of the office from which the services will be provided. 2. Proof of insurance, complying with the Instructions to Bidders Section, including the following documentation: Certificate of Insurance Declaration Page Insurance policy documents 3. A financial statement prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company. This statement must be current and not more than one (1) year old. In the case that the bid date falls within the time that a new statement is being prepared, the previous statement shall be updated by proper verification. 4. Identify the personnel who will manage and supervise this project, as well as the staff responsible for jobsite safety, quality control and other specialties. Provide each person s title and project-specific responsibilities, and resume. Lack of detailed information on the resumes may result in a less favorable evaluation. Provide an organization chart diagram if necessary to clearly explain the lines of authority, duties & responsibilities. 5. The bidder shall provide documentation showing satisfactory performance as the prime contractor (General Contractor) responsible for the complete construction of five (5) similar projects within the past five (5) years. Projects considered similar are defined as those with two or more of the following characteristics: Experience in construction of similar sized pump station projects Experience in construction of any sized pump station projects Experience with pump station construction in the State of Delaware Bidders past performance and experience working with proposed subcontractors Contractor s understanding of the project s intent, goals and objectives 6. Documentation that the business is licensed, insured and authorized to do work in the State of Delaware and the City of Dover ITB-2

V. COMPENSATION 7. A minimum of three (3) references must be provided. Governmental references preferred. For each reference listed, the information provided should consist of the following: (1) Name and mailing address of the owner/business (2) Name and telephone number of your contact person within said business Provide a list of references the City may contact in order to assist in the evaluation of your past performance. Please limit these references to owners of projects that involved the installation of pump stations. 8. The City s plan is to complete the proposed work by the end of December 2018. Provide documentation stating that your business has the available equipment, manpower resources and ability to meet the proposed schedule. 9. Provide documentation that shows that your business has a current safety plan and or policy in place and conducts periodic safety training. 10. Information on the nature and magnitude of any litigation or proceeding whereby, during the past three (3) years, a court or any administrative agency has ruled against the bidder in any matter related to the professional activities of the bidder. Similar information shall be provided for any current or pending litigation or proceeding. 11. A statement to the effect that the selection of the bidder shall not result in a conflict of interest with any other party which may be affected by the work to be undertaken. Should any potential or existing conflict be known by a bidder, said bidder must specify the party with which the conflict exists or might arise, the nature of the conflict, and whether or not the proposer would step aside or resign from the engagement or representation creating the conflict. (The City reserves the right to select more than one firm to perform the required services to avoid conflict of interest and other similar occurrences.) 12. Any additional information that you feel will be beneficial to the City in evaluating your qualifications to perform the proposed scope of work. A. The bid should clearly state the fee to be charged for the proposed work and should be provided on the attached Bid Form three (3) copies. END OF SECTION ITB ITB-3

THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK ITB-4

WALKER WOODS PUMP STATION REPLACEMENT BID NO.: 18-0027PW CITY OF DOVER, DELAWARE BID FORM 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 Walker Woods Pump Station Replacement project, Bid No. 18-0027PW, 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 One Hundred Eighty (180) calendar days thereafter. Liquidated damages of $500 per day will be in effect with this PROJECT, refer to Section 00 73 00, paragraph 1.03. BIDDER acknowledges receipt of the following ADDENDUM (if applicable): 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. BF-1

Items to be included with Bid: Completed Bid Form (3 Copies and one 1 electronic copy) Bidders Statement of Qualifications _ Bid Bond (10% of the total amount of the BID) 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 Title Date License Number (if applicable) Company Name Address Telephone No. SEAL (If BID is by a corporation) If a Partnership, state names and addresses of Partners here: BF-2

WALKER WOODS PUMP STATION REPLACEMENT BID NO.: 18-0027PW CITY OF DOVER, DELAWARE BID FORM BIDDER agrees to perform the work described in the CONTRACT DOCUMENTS for the following prices: SCHEDULE OF UNIT PRICES ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL 1 Bonds and Insurance 2 Mobilization/Demobilization 3 Installation, Maintenance, and Removal of Erosion and Sediment Controls 4 Bypass Sanitary Sewer Flow 5 Maintenance of Traffic 6 7 8 9 Unclassified Excavation and Backfill Below Subgrade Miscellaneous Unclassified Excavation and Backfill Furnish and Install Monitoring System (HighTide) Pump Station Demolition, Disposal, and Abandonment 10 Reconnection to Ex. Force Main C.Y. 100 $ $ C.Y. 100 $ $ Each 11 Macadam Within Pump Station Fence S.F. 620 $ $ 12 4" DIP CL52 Force Main L.F. 40 $ $ 13 4 CIP Suction Piping L.F. 25 $ $ 14 2 DIP Water Main L.F. 10 $ $ 15 4 Sch. 80 PVC L.F. 10 $ $ 16 Davit Arm Base Each 1 17 Precast Concrete Riser (5-foot Dia.) with access keyway Each $ 18 Wet Well Lining 19 Emergency Bypass Connection BF-3

ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL 20 Pump Station and Meter Vault, Complete 21 4 Flapper Valve Each $ 22 23 24 25 Black Iron Fence and Gate, Complete Water Service Extension and Yard Hydrant Site Restoration (Topsoil, Seed and Mulch Disturbed Areas) Pavement Restoration (Ex. Driveway) 1 S.F. 50 $ $ 26 Site Pole Light w/ Fixture Each $ 27 Electrical Work, Complete 28 Transformer Upgrade Allowance ALTERNATES TOTAL STIPULATED SUM $ _65,000 A. Description 1. The undersigned Bidder proposes the amount below be added to or deducted from the Base Bid if particular alternates are accepted by Owner. Amounts listed for each alternate include costs of related coordination, modification, or adjustment. (See Section 01 23 00 ALTERNATES for more detail) 2. If the alternate does not affect the Contract, the Bidder shall indicate "NO CHANGE." 3. If the alternate does not affect the Work of this Contract, the Bidder shall indicate "NOT APPLICABLE." 4. The Bidder shall be responsible for determining from the Contract Documents the effects of each alternate on the Contract Time and the Contract. 5. Owner reserves the right to accept or reject any alternate, in any order, and to award or amend the Contract accordingly within 60 days of the Notice of Award unless otherwise indicated in the Contract Documents. 6. Acceptance or non-acceptance of any alternates by the Owner shall have no effect on the Contract Time unless the "Schedule of Alternates" Article below provides a formatted space for the adjustment of the Contract Time. B. Schedule of Alternates Alternate No. 1: 6-foot chain link fence with 12-foot wide gate. a. ADD DEDUCT NO CHANGE NOT APPLICABLE. b. Dollars ($ ). BF-4

Contractor s Name Signature Title Date Note: Contractor shall supply documentation to answer all requirements in the statement of Qualification section, located in Section ITB. 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

THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK BF-6

SECTION 01 22 00 - UNIT PRICES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for unit prices. B. Related Requirements: 1. Section 01 23 00 Alternates for bid items that may be added or deducted from the base bid amount. 2. Section 01 26 00 "Contract Modification Procedures" for procedures for submitting and handling Change Orders. 3. Section 01 40 00 "Quality Requirements" for general testing and inspecting requirements. 1.3 DEFINITIONS A. Unit price is an amount incorporated in the Agreement, applicable during the duration of the Work as a price per unit of measurement for materials, equipment, or services, or a portion of the Work, added to or deducted from the Contract by appropriate modification, if the scope of Work or estimated quantities of Work required by the Contract Documents are increased or decreased. 1.4 PROCEDURES A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, applicable taxes, overhead, and profit. B. Measurement and Payment: See individual Specification Sections for work that requires establishment of unit prices. Methods of measurement and payment for unit prices are specified in those Sections. C. Owner reserves the right to reject Contractor's measurement of work-in-place that involves use of established unit prices and to have this work measured, at Owner's expense, by an independent surveyor acceptable to Contractor. 01 22 00-1

D. List of Unit Prices: A schedule of unit prices is included in Part 3. Specification Sections referenced in the schedule contain requirements for materials described under each unit price. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 PROJECT BREAKDOWN A. Schedule Of Unit Prices 1. Bonds and Insurance a. Description: Bonds and insurance required to perform the scope of work b. Unit of Measure: 2. Mobilization/Demobilization a. Description: Staging, site preparation, movement of equipment. b. Unit of Measure: 3. Installation, Maintenance, and Removal of Erosion and Sediment Controls a. Description: Furnish, install, and maintain materials as required by the Contract. b. Unit of Measure: 4. Bypass Sanitary Sewer Flow a. Description: Furnish, setup, monitoring, and maintenance of bypass flow operations including pumps, piping, and valves necessary for fail-safe operation. b. Unit of Measure: 5. Maintenance of Traffic a. Description: Furnish, supply, setup, and maintenance of traffic control activity, including flagging and signage in accordance with DelDOT standards. b. Unit of Measure: 6. Unclassified Excavation and Backfill Below Subgrade a. Payment: Price and payment shall be full compensation for furnishing all labor, equipment, excavation, dewatering, open cut, backfilling, compacting, shoring and bracing, and compaction testing for replacement of material below subgrade as directed by Engineer. b. Measurement: per cubic yard. 7. Miscellaneous Unclassified Excavation and Backfill a. Payment: Price and payment shall be full compensation for furnishing all labor, equipment, excavation, dewatering, open cut, backfilling, compacting, shoring and bracing, and compaction testing for excavation and backfill in as directed by the City of Dover, Department of Public Works, not paid under other bid items. b. Measurement: per cubic yard. 8. Furnish and Install Monitoring System (HighTide) a. Description: Furnish and install pump station monitoring equipment including setup and connection to web hosted service. b. Unit of Measure: Each 01 22 00-2

9. Pump Station Demolition, Disposal, and Abandonment a. Description: Description: Complete demolition, removal, and disposal of existing pumps, controls and materials noted on the Drawings, including items salvaged by Owner. Legal and appropriate disposal of equipment and materials deemed property of the Contractor. b. Unit of Measure:. 10. Reconnection to Existing Force Main a. Description: Furnish and install including materials including fittings, excavation, backfill and compaction, and trench restoration, with seed and protective mulch. b. Unit of Measure: 11. Macadam Within Pump Station Fence a. Description: Furnish, place, grade and compact macadam and subbase for pump station work area. b. Unit of Measure: Square Foot 12. 4 DIP CL52 Force Main a. Description: Furnish, place, grade and compact aggregate for driveway and pump station work area. b. Unit of Measure: Linear feet taken horizontally. 13. 4 CIP Suction Piping a. Description: Furnish and install including excavation, pipe bedding, backfill and compaction, and trench restoration with seed and protective mulch. b. Unit of Measure: Linear feet taken horizontally. 14. 2 DIP Water Main a. Description: Furnish and install including excavation, pipe bedding, backfill and compaction, and trench restoration with seed and protective mulch. b. Unit of Measure: Linear feet taken horizontally. 15. 4 Sch. 80 PVC a. Description: Furnish and install including excavation, pipe bedding, backfill and compaction, and trench restoration with seed and protective mulch. b. Unit of Measure: Linear feet taken horizontally. 16. Davit Arm Base a. Description: Furnish and install davit arm base as detailed on the drawings to fit the existing equipment owned by the City of Dover DPW. b. Unit of Measure: Each 17. Precast Concrete Riser with Access Keyway a. Description: Obtain and install the concrete riser and access keyway to the existing wet well, include any fittings, seals and gaskets. b. Unit of Measure: Each 18. Wet Well Lining a. Description: Repair interior and exterior concrete, and furnish and install wet well lining. b. Unit of Measure: 19. Emergency Bypass Pump Connection a. Description: Furnish and install including materials detailed on the Drawings. b. Unit of Measure: sum 01 22 00-3

20. Pump Station and Meter Vault, Complete a. Description: Complete in-place, operating and accepted pump station and meter vault including furnish and install pump station, piping, valves, meter, fittings, bends and materials; excavation, backfill, patching and restoration. b. Unit of Measure: 21. 4-inch Flapper Valve a. Description: Furnish and install valve within new pump station b. Unit of Measure: Each 22. Black Iron Fence and Gate, Complete a. Description: Furnish and install black iron fence and gate around the pump station site as shown on the drawings and described in Section 32 31 13 Black Iron Fences and Gates. b. Unit of Measure: 23. Water Service Extension and Yard Hydrant a. Description: Furnish and install equipment and materials for work described on the Drawings. b. Unit of Measure: 24. Site Restoration (Topsoil, Seed, and Mulch Disturbed Areas) a. Description: Furnish and place seed mix and protective mulch for disturbed and restored vegetative areas. b. Unit of Measure: 25. Pavement Restoration a. Description: Furnish and place asphalt pavement surface over properly bedded and compacted soils b. Unit of Measure: per square foot 26. Site Pole light with Fixture a. Description: Furnish and install pole and light fixture for site lighting following City of Dover Standards and specifictions herein. b. Unit of Measure: Each 27. Electrical Work a. Description: Furnish and install equipment and materials for Electrical work described on the Drawings. b. Unit of Measure: 28. Transformer Upgrade a. Description: A lump sum allowance will be made to the City of Dover Electric Department for all work to upgrade the transformer and all its components. b. Unit of Measure: END OF SECTION 01 20 00 01 22 00-4