Proposal Solicitation ? Riddle Farm Force Main Bypass Design

Agency: Worcester County
State: Maryland
Type of Government: State & Local
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
  • 541330 - Engineering Services
Posted Date: Jan 26, 2024
Due Date: Feb 21, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Proposal Solicitation – Riddle Farm Force Main Bypass Design
Deadline
Wed, 02/21/2024 - 2:30 pm
Detailed Information

Attachment Preview

ADVERTISEMENT
Proposal Solicitation Riddle Farm Force Main Bypass Design
Worcester County is seeking proposals from qualified Vendors to contract for design and
bidding phase services in the Riddle Farm Service Area for the Riddle Farm Force Main Bypass
design project in conformity with the requirements contained herein Proposal Documents.
Proposal Documents for the above referenced project may be obtained from the Worcester
County Commissioner’s Office by either e-mailing the Procurement Officer, Nicholas Rice, at
nrice@co.worcester.md.us or by calling 410-632-1194 during normal business hours, or via the
County’s Bids page on the County’s website. Vendors are responsible for checking this website
for addenda prior to submitting their bids. Worcester County is not responsible for the content
of any Proposal Document received through any third party bid service. It is the sole
responsibility of the vendor to ensure the completeness and accuracy of their Completed
Proposal Documents.
A pre-proposal meeting will be held on Wednesday, January 31, 2024 at 10:00am at the Water
and Wastewater Division Administrative Office, located at the Ocean Pines Wastewater
Treatment Plant, 1000 Shore Lane, Berlin, Maryland 21811. The last day for questions will be
noon on Tuesday, February 13, 2024. Sealed Proposal Documents are due no later than
2:30pm on Wednesday, February 21, 2024 and will be opened and read aloud in the Office of
the County Commissioners, Worcester County Government Center Room 1103, One West
Market Street, Snow Hill, Maryland 21863.
Late Proposal Documents will not be accepted.
Minority vendors are encouraged to compete for award of the solicitation.
Nicholas W. Rice, CPPO, CPPB, NIGP-CPP
Procurement Officer
Worcester County, Maryland
Worcester County Administration
1 West Market Street, Room 1103
Snow Hill, Maryland 21863
REQUEST FOR PROPOSAL
PROJECT:
Riddle Farm Force Main Bypass Design
DEPARTMENT:
Public Works
NAME:
ADDRESS:
VENDOR:
DATE:
TIME:
PROPOSAL OPENING:
Wednesday, February 21, 2024
2:30 PM
1
TABLE OF CONTENTS
SECTION I: INTRODUCTION .......................................................................................................................................................................................................... 3
A. PURPOSE ............................................................................................................................................................................................................................ 3
B. CLARIFICATION OF TERMS ......................................................................................................................................................................................... 3
C. QUESTIONS AND INQUIRES .......................................................................................................................................................................................... 3
D. FILLING OUT PROPOSAL DOCUMENTS .................................................................................................................................................................... 3
E. SUBMISSION OF PROPOSAL DOCUMENTS ............................................................................................................................................................... 4
F. OPENING OF PROPOSALS ............................................................................................................................................................................................. 4
G. ACCEPTANCE OR REJECTION OF PROPOSALS ...................................................................................................................................................... 4
H. QUALIFICATIONS ............................................................................................................................................................................................................ 5
I.
DESCRIPTIVE LITERATURE ......................................................................................................................................................................................... 5
J.
NOTICE TO VENDORS .................................................................................................................................................................................................... 6
K. PIGGYBACKING ............................................................................................................................................................................................................... 6
SECTION II: GENERAL INFORMATION....................................................................................................................................................................................... 7
A. ECONOMY OF PROPOSAL ............................................................................................................................................................................................. 7
B. PUBLIC INFORMATION ACT (PIA) .............................................................................................................................................................................. 7
C. CONTRACT AWARD ........................................................................................................................................................................................................ 7
D. AUDIT.................................................................................................................................................................................................................................. 7
E. NONPERFORMANCE ....................................................................................................................................................................................................... 7
F. MODIFICATION OR WITHDRAWL OF PROPOSAL ................................................................................................................................................. 8
G. DEFAULT............................................................................................................................................................................................................................ 8
H. COLLUSION/FINANCIAL BENEFIT.............................................................................................................................................................................. 8
I.
TAX EXEMPTION ............................................................................................................................................................................................................. 8
J.
CONTRACT CHANGES.................................................................................................................................................................................................... 9
K. ADDENDUM ....................................................................................................................................................................................................................... 9
L. EXCEPTIONS/ SUBSTITUTIONS.................................................................................................................................................................................... 9
M. APPROVED EQUALS...................................................................................................................................................................................................... 10
N. DELIVERY........................................................................................................................................................................................................................ 10
O. INSURANCE ..................................................................................................................................................................................................................... 10
P. PROPOSAL EVALUATION............................................................................................................................................................................................ 10
SECTION III: GENERAL CONDITIONS ....................................................................................................................................................................................... 11
A. DRAWINGS AND SPECIFICATIONS ........................................................................................................................................................................... 11
B. MATERIALS, SERVICES AND FACILITIES .............................................................................................................................................................. 11
C. INSPECTION AND TESTING ........................................................................................................................................................................................ 11
D. APPROVAL OF SUBSTITUTION OF MATERIALS ................................................................................................................................................... 12
E. PROTECTION OF WORK, PROPERTY AND PERSONS .......................................................................................................................................... 12
F. BARRICADES, DANGER, WARNING AND DETOUR SIGNS .................................................................................................................................. 12
G. LICENSES AND PERMITS ............................................................................................................................................................................................. 12
H. SUPERVISION.................................................................................................................................................................................................................. 13
I.
CLEAN UP ........................................................................................................................................................................................................................ 13
J.
CHANGES IN WORK ...................................................................................................................................................................................................... 13
K. TIME FOR COMPLETION............................................................................................................................................................................................. 13
L. CORRECTION OF WORK ............................................................................................................................................................................................. 13
M. CONSTRUCTION SAFETY AND HEALTH STANDARDS ........................................................................................................................................ 14
N. PERFORMANCE AND PAYMENT BONDS ................................................................................................................................................................. 14
O. GUARANTEE ................................................................................................................................................................................................................... 14
SECTION IV: PROPOSAL SPECIFICATIONS ............................................................................................................................................................................. 16
A. SCOPE ............................................................................................................................................................................................................................... 16
B. CONTRACT PRICING .................................................................................................................................................................................................... 16
C. BACKGROUND................................................................................................................................................................................................................ 16
D. SUMMARY ....................................................................................................................................................................................................................... 16
E. ADD ALTERNATE........................................................................................................................................................................................................... 18
F. PROPOSAL RESPONSE.................................................................................................................................................................................................. 18
G. GENERAL REQUIREMENTS ........................................................................................................................................................................................ 18
H. PRE-PROPOSAL CONFERENCE.................................................................................................................................................................................. 18
I.
PAYMENT......................................................................................................................................................................................................................... 18
J.
QUESTIONS...................................................................................................................................................................................................................... 18
K. AWARD ............................................................................................................................................................................................................................. 18
SECTION V: EVALUATION AND SELECTION PROCESS........................................................................................................................................................ 20
FORM OF PROPOSAL ...................................................................................................................................................................................................................... 21
REFERENCES .................................................................................................................................................................................................................................... 22
EXCEPTIONS ..................................................................................................................................................................................................................................... 23
INDIVIDUAL PRINCIPAL ................................................................................................................................................................................................................ 24
VENDOR’S AFFIDAVIT OF QUALIFICATION TO BID.............................................................................................................................................................. 25
NON-COLLUSIVE AFFIDAVIT ....................................................................................................................................................................................................... 26
EXHIBIT A .......................................................................................................................................................................................................................................... 27
2
SECTION I: INTRODUCTION
A. PURPOSE
1. The purpose of this Request for Proposal Document is for Worcester County (“County”) to
contract for design and bidding phase services in the Riddle Farm Service Area for the Riddle
Farm Force Main Bypass design in conformity with the requirements contained herein (“Proposal
Document(s)”).
B. CLARIFICATION OF TERMS
1. Firms or individuals that submit a proposal for award of a contract (“Contract”) are referred to as
vendors (“Vendors”) in this document. The Vendor that is awarded the Contract is herein
referred to as the (“Successful Vendor”).
C. QUESTIONS AND INQUIRES
1. Questions must be addressed in writing to the Worcester County Procurement Officer at
nrice@co.worcester.md.us.
2. The last date to submit questions for clarification will be noon on Tuesday, February 13, 2024.
3. Addenda are posted on the County website at https://www.co.worcester.md.us/ under County
Info: Bid Board: at https://www.co.worcester.md.us/commissioners/bids at least five calendar
days before proposal opening.
4. It is the Vendors responsibly to make sure all addenda are acknowledged in their proposal.
Failure to do so could result in the proposal being disqualified.
D. FILLING OUT PROPOSAL DOCUMENTS
1. Use only forms supplied by the County.
2. One unbound original and five bound copies of the proposal form and any required attachments
must be submitted in the solicitation and can be submitted in the same envelope unless otherwise
instructed.
3. Proposal Documents should be complied as follows: (1) Cover letter, (2) Form of Proposal, (3)
References, (4) Exceptions Document and Signed addenda, if necessary (5) Individual Principal
Document, (6) Vendor’s Affidavit of Qualification to Bid, and (7) Non-Collusive Affidavit
4. Where so indicated by the make-up of the Proposal Documents, sums will be expressed in both
words and figures, and in the case of a discrepancy between the two, the amount written in words
will govern. In the event there is a discrepancy between the unit price and the extended totals, the
unit prices will govern.
5. Any interlineation, alteration, or erasure will be initialed by the signer of the Proposal
Documents.
6. Each copy of the Proposal Documents will be signed by the person(s) legally authorized to bind
the Vendor to a contract, using the legal name of the signer. Proposal Documents submitted by
an agent will have a current Power of Attorney attached certifying the agent’s authority to bind
the Vendor.
7. Vendor will supply all information and submittals required by the Proposal Documents to
constitute a proper and responsible completed Proposal Document package.
8. Any ambiguity in the Proposal Documents as a result of omission, error, lack of clarity or non-
compliance by the Vendor with specifications, instructions, and/or all conditions of bidding will
be construed in the light most favorable to the County.
3
E. SUBMISSION OF PROPOSAL DOCUMENTS
1. All copies of the Proposal Documents and any other documents required to be submitted with the
Proposal Documents will be enclosed in a sealed envelope. The envelope will be addressed to the
Worcester County Commissioners and will be identified with the project name: RIDDLE FARM
FORCE MAIN BYPASS DESIGN and the Vendor’s name and address. If the Proposal
Documents are sent by mail, the sealed envelope will be enclosed in a separate mailing envelope
with the notation “SEALED PROPOSAL DOCUMENTS ENCLOSED” on the face thereof.
2. Proposals must be mailed or hand carried to the Worcester County Administration Office, 1
West Market Street, Room 1103, Snow Hill, MD 21863, in order to be received prior to the
announced proposal deadline. Proposals received after said time or delivered to the wrong
location will be returned to the Vendor unopened.
3. Proposals are due and will be opened at the time listed on the front of this Proposal
Document.
4. If you are delivering a proposal in person please keep in mind to allow time to get through
security and into the Administration Office. It is fully the responsibility of the Vendor to ensure
that the proposal is received on time.
5. The County will not speculate as to reasonableness of the postmark, nor comment on the apparent
failure of a public carrier to have made prompt delivery of the proposal.
6. Vendors, or their authorized agents, are expected to fully inform themselves as to the conditions,
requirements, and specifications before submitting Proposal Documents; failure to do so will be
at the Vendor’s own risk.
7. A fully executed Affidavit of Qualification to Bid will be attached to each Proposal Document.
8. Minority vendors are encouraged to participate.
9. All Vendor submitted Proposal Documents will be valid for a minimum of sixty days from the
date of Proposal Document opening.
10. Electronically mailed proposals are not considered sealed proposals and will not be accepted.
F. OPENING OF PROPOSALS
1. Proposal Documents received on time will be opened publicly and Vendor’s names and total
costs will be read aloud for the record.
2. The Contract will be awarded or all Proposal Documents will be rejected within sixty days from
the date of the Proposal Document opening.
G. ACCEPTANCE OR REJECTION OF PROPOSALS
1. Unless otherwise specified, the Contract will be awarded to the most responsible and responsive
Vendor complying with the provisions of the Proposal Documents, provided the proposal does
not exceed the funds available, and it is in the best interest of the County to accept it. The County
reserves the right to reject the Proposal Documents of any Vendor who has previously failed to
perform properly in any way or complete on time contracts of a similar nature; or a Proposal
Document from a Vendor who, investigation shows, is not in a position to perform the Contract;
or Proposal Documents from any person, firm, or corporation which is in arrears or in default to
the County for any debt or contract.
2. Completed Proposal Documents from Vendors debarred from doing business with the State of
Maryland or the Federal Government will not be accepted.
3. In determining a Vendor’s responsibility, the County may consider the following qualifications,
in addition to price:
4

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Editing column ID Title Status Due / Close Date Publish Date Main Category

State Government of Maryland

Bid Due: 5/24/2024

Bid Number: CCDPC2024-03 Bid Title: Denton Elementary Design & Construction of Stormwater Management

Caroline County

Bid Due: 5/24/2024

Information Details Contact Commodities Number Number RFQ-000570 Title Title Retro-commissioning study for a

City of Baltimore

Bid Due: 6/05/2024

Solicitation # Type Status Title Open Date Close Date 48159 RFI Active Request

Washington Suburban Sanitary Commission

Bid Due: 4/30/2024