Sign up to receive a text message or email when new bids are added!
Bid Number: RFQ 125782
Bid Title: Construction of the Lovettsville District Park, RFQ 125782
Category: Procurement
Status: Awarded
Additional Status Information: Notice of Award issued on April 3, 2020.
Bid Recipient: Dustin Construction, Inc.

Description:

The Intent of this Invitation for Bid (IFB) is for the County of Loudoun, Virginia (County) to obtain the services of a qualified General Contractor to construct the Lovettsville District Park. The Project is located near East Broadway, Lovettsville Road & Milltown Road, in Lovettsville, Virginia, 20180, and contained within the Catoctin Election District. The project includes the construction of active and passive park facilities on approximately 90 acres. The passive park facilities include equestrian trails, walking trails, an “off-leash” dog park, community gardens, a pond, and an amphitheater. The active park facilities include softball fields, soccer fields, and equestrian arena. These park facilities are supported by pre-fabricated concession stands, pre-fabricated toilet facilities, and parking lots. The project also includes improvements to an existing roadway, basketball court, and four-square court on Loudoun County Public School, Lovettsville Elementary School site that connects into the Park as a second entrance to the Park. Special Park systems include, but are not limited to, site lighting, athletic field lighting, athletic field irrigation systems, fencing, retaining walls, athletic field accessories, flag poles, utility infrastructure, storm water grading, piping, and landscaping.

The costs associated with the removal of any and all unsuitable soils and/or rock encountered below subgrade (as defined in Specification 312000), during the construction of this project shall be borne by the County. The County requests that the Contractor provide unit prices for unsuitable soils removal and rock removal (as noted in Specification 012200). Unit Prices shall include the import of suitable material as needed to replace those quantities removed (It shall be assumed that suitable material will be procured from an off-site source). Unit prices shall be included on the Pricing Page of the Bid, and shall be multiplied times an assumed quantity provided by the County for an extended price. The extended price shall be carried by the County as an Owner’s Allowance in the final Contract Price and will be paid to the Contractor on a “per occurrence” basis, with any remaining allowance(s) being returned to the County upon completion of the project. This will apply to all excavations with the only exception being Drilling Activities (i.e. borings, geothermal wells, etc.). In these specific instances the Contractor should assume that rock will be encountered and price the drilling accordingly as part of their Base Bid Cost. Refer to Specification 312000 for soil classification and responsibility for all unsuitable soils and/or rock encountered above subgrade.

Furthermore, the Contractor will be responsible for the removal of all vegetation as required by the Contract Documents, to include haul-off and disposal. Excess top-soil and spoils shall be removed from the site. Hauling and disposal of these materials shall be included in the Contract. Should the Contractor require the import of suitable materials to maintain the elevations and grades shown on the Contract Documents, then the Contractor shall be responsible for the costs of the suitable materials, inclusive of hauling, placement, and compaction.

The Contractor shall be responsible for all surveying to ensure the project is installed per the Construction Documents. Any deviations from the Contract Documents shall be specifically requested via Request for Information (RFI) submitted to the Architect/Engineer of Record. All deviations shall be noted in the Contractor’s “Record Set” of Construction Documents. Upon completion of the Project, two (2) hard-copy sets, and one (1) digital copy of “Record Set” Construction Documents shall be provided to the County.

Lastly, the County will require the Contractor awarded this Project to use e-Builder Construction Program Management Software. The County will purchase two (2) licenses for the Contractor’s use and will provide training for the Contractor to ensure proficiency as recommended by e-Builder. The license and training will be provided to the Contractor at no cost and prior to the issuance of Notice to Proceed. Further training due to a lack of proficiency will be the responsibility of the Contractor.

The e-Builder Construction Program Management Software will be utilized for all Project management documentation and correspondence, including but not limited to: RFI’s, submittals, meeting minutes, pay applications, proposed change orders/change orders, close-out documentation, etc. Contact e-Builder for further information at www.e-builder.net or 1-800-580-9322.

Per Section 19.15, Basis of Award, the Contract award will be made to the lowest responsive and responsible bidder based upon the total lump sum price. The Work as defined in the General Conditions of the Building Contract is separated into Phases 1 and 2 with the Work included in each phase being described in the Summary of Work Specification. The County anticipates Phase 1 Work starting in April 2020. County funds for Phase 1 Work will be available at the time of Contract award. County funding of Phase 2 Work is anticipated to occur in July 2020. In the event that funding for Phase 2 of the Work does not occur, the County reserves the right to cancel Phase 2 of the project without penalty.

Pre-Bid Conference:
A Pre-Bid Conference will be held on November 21, 2019 at 10:00 a.m. at the Loudoun County Department of Transportation and Capital Infrastructure Offices located at 101 Blue Seal Drive, Suite 102, Leesburg, Virginia 20175, Conference Room 2, for clarification of any questions on the drawings, specifications, and site conditions.

Addenda:
Addendum #1 Changes and/or Additions issued on November 18, 2019.
Addendum #2 Changes and/or Additions issued on December 12, 2019.
Addendum #3 Acceptance date changed to January 24, 2020 issued on January 9, 2020.
Addendum #4 Changes and/or Additions issued on January 16, 2020.

Publication Date/Time:
11/14/2019 9:00 AM
Publication Information:
Invitation for Bid
Closing Date/Time:
1/24/2020 4:00 PM
Bid Opening Information:
See Related Documents
Addendum Date/Time:
Addendum #4 issued on January 16, 2020.
Pre-bid Meeting:
November 21, 2019 @ 10:00AM
Contact Person:
Christopher Bresley, CPPB
*Please see the attached document RFQ 125782 for additional contact information.
Download Available:
See Related Documents
Plan & Spec Available:
Plans and specifications CDs may be picked up at the Division of Procurement between the hours of 9:00 a.m. and 5:00 p.m. weekdays or call (703) 777-0403. Each CD contains a geotechnical report. A Geotechnical Report Release form signed by an individual authorized to bind the firm must be signed and submitted prior to obtaining a CD.
Business Hours:
8:30 AM to 5:00 PM
Miscellaneous:
Addendum #4 Changes and/or Additions issued on January 16, 2020.
Related Documents:

Return To Main Bid Postings Page