Similar Projects
Architectural/Engineering (A/E) Design Services for Bancroft School
Design
Less than $50,000,000 est. value
Bear, DE 19701

Architectural/Engineering (A/E) Design Services for Bancroft School
Design
Less than $50,000,000 est. value
Bear, DE 19701

RFP Design - New Castle County Newark Library
Demolition, New Construction, Infrastructure
Bidding
$17,000,000 CJ est. value
Newark, DE 19711

RFP Design - New Delaware Psychiatric Center Feasibility Study
Renovation
Bidding
$3,610,000 CJ est. value
New Castle, DE 19720

National Guard Bureau, Region 3, Architect and Engineering Indefinite Delivery Indefinite Quantity Contract for Vertical Projects
Post-Bid
$75,000 to $30,000,000 est. value

National Guard Bureau, Region 3, Architect and Engineering Indefinite Delivery Indefinite Quantity Contract for Vertical Projects
Post-Bid
$75,000 to $30,000,000 est. value

C--A/E Renovate Audiology #460-18-006
Renovation
Results
$500,000 to $1,000,000 est. value
Wilmington, DE 19805

C--A/E Renovate Audiology #460-18-006
Renovation
Results
$500,000 to $1,000,000 est. value
Wilmington, DE 19805

A & E Multiple Award Task Order Contract (MATOC)
Design
$3,500 to $100,000,000 est. value

RFP - Environmental Services
Term Contract
Bidding
Wilmington, DE 19801

Engineering, Planning and Development
Post-Bid

C--A and E Multi-Discipline for Implementation of Utilities Asset Management Systems for Navy Utilities Located Throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide.
Results
Less than $50,000,000 est. value

The Wilmington Neighborhood Conservancy Land Bank - Request for Proposals Land Acquistion and Development
New Construction
Post-Bid
Wilmington, DE 19802

C--Commissioning Authority (CXA) Services for the EPA
Results
$25,000 to $100,000,000 est. value

Multiple Award Contract (MAC), Indefinite Delivery /Indefinite Quantity (IDIQ), Architect-Engineer (A-E) Traffic Engineering and Transportation Planning Services in Support of Projects Primarily in the Mid-Atlantic (NAVFAC MIDLANT) Area of Responsibility
Term Contract
Post-Bid
$40,000,000 est. value

Last Updated 10/21/2022 03:32 PM
Project Title

RFP Design - Phase VI at The Cherry Island Landfill

Physical Address View project details and contacts
City, State (County) Wilmington, DE 19809   (New Castle County)
Category(s) Professional Services
Sub-Category(s) Architectural, Engineering
Contracting Method Competitive Bids
Project Status Construction start expected January 2023 , Request For Proposals
Bids Due View project details and contacts
Estimated Value $3,800,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Design and Engineering Services for Phase VI at the Cherry Island Landfill, located at 1706 East 12th Street, Wilmington, DE DSWA may extend the time and place for the opening for Proposals by providing at least two (2) calendar days notice by certified mail, fax, or email to any Proposers who DSWA has recorded as having received an RFP. If the Proposal is submitted by mail or other delivery system, the sealed envelope containing the Proposal shall be enclosed in a separate envelope plainly marked on the outside with the notation Proposal Enclosed. Proposals delivered by any means other than by mail or personal delivery shall be rejected. The Work under this contract is for engineering design, engineering services, construction inspection, and certification report preparation services. At a minimum, the services include but are not limited to: 1. Review existing site evaluation, including topographic and utility surveys, and geotechnical evaluations. 2. Perform Site Studies a. Conduct topographic survey of the Phase VI Disposal Area site including all areas necessary for support facilities. b. Conduct an Environmental Assessment and prepare a report to provide a detailed analysis of the potential impact of the proposed Phase VI Disposal Area on the environment. c. Conduct a detailed Hydrogeological and Geotechnical Investigation and prepare a report. 3. Design work including design of a new approximate 45-acre Subtitle D landfill cell, including sub cells and any required modification to ancillary features. a. Design the entire Phase VI disposal area with independent sub cells including: i. Liner system which may or may not include geomembrane materials; ii. Leachate collection and conveyance system; iii. Leak detection system for the liner system; iv. SCADA system controls; v. Landfill gas collection and odor control system; and, vi. Cap; vii. Design appurtenant systems to the landfill, including: 1. Roads; 2. Litter fencing; 3. Stormwater management system; 4. Preparation of construction bid documents (including measurement and payment, bid table and summary of work) with an estimated construction timeline and construction cost estimate. 5. Develop a detailed schedule for design, permitting and construction. 6. Preparation of permit applications including all fees and associated permitting tasks, review meetings, response to comments, etc. 7. Perform bid evaluation and recommendation for award of construction contract. 8. Perform engineering services during construction including but not limited to submittal review, change order review, recommendations, and negotiations, answering requests for information, invoice review, running bi-weekly progress meetings, generating meeting notes, and construction schedule management. Services also include full time construction inspection services. 9. Preparation of a final certification report documenting the construction of the design, suitable for submission to environmental regulatory agencies for approval and all necessary response to comments. 10. Preparation of final as-built drawing files in AutoCAD 2018 or earlier. 11. Preparation of Operations and Maintenance Manual a. Incorporation of shop drawings and as-builts into the Final Operations and Maintenance Manual. Additional requirements and description of work are set forth in the RFP as are the criteria for evaluation and determination of the successful proposal. DSWA may award the contract to the proposer submitting the most responsive proposal which serves the best interests of DSWA and the citizens of the state of Delaware, and not necessarily at the lowest cost. Every Proposal prepared in response to this RFP shall be prepared by the PROPOSER with the express understanding that any and all claims to reimbursement for the cost and expense of its preparation are waived. No PROPOSER may withdraw the Proposal within ninety (90) days after the Proposal due date. The submittal of a Proposal in response to this Notice shall constitute an agreement of the Proposer to all of the terms and conditions in this Notice and the RFP. The PROPOSER must submit, with its Proposal, documentation indicating it is licensed to conduct business in the State of Delaware and PROPOSER must meet and comply with all state, local, and federal laws, regulations, ordinances, and requirements in the scope of their Work and comply with any and all licensing and permitting requirements. PROPOSER shall provide a copy of its Certificate of Authorization (COA) to practice engineering in the State of Delaware from the Delaware Association of Professional Engineers (DAPE). All work shall be supervised by a Delaware Registered Professional Engineer. DSWA reserves the right to accept or reject any or all Proposals which in its judgment is in the best interest of DSWA, and to waive any irregularities or informalities in the Proposal or Proposal process, and all PROPOSERS are notified that such acceptance or rejection or waiver shall be without liability on the part of DSWA for any action brought against DSWA, any or all of its directors, or any DSWA agent, officer or employee, brought by any PROPOSER because of such acceptance or rejection or waiver, nor shall any PROPOSER seek any recourse of any kind against such entity or individuals because of such acceptance or rejection or waiver. Every PROPOSAL prepared in response to this notice shall be prepared at the sole cost and expense of the PROPOSER and shall be prepared by the PROPOSER with the express understanding that any and all claims to reimbursement for the cost and expense of its preparation are waived. The submittal of a Proposal in response to this notice shall constitute an agreement of the PROPOSER to all the provisions set forth in this notice and the Project Manual. No PROPOSER may withdraw their Proposal within ninety (90) days after the actual date of opening thereof, except as may be authorized by the Project Manual. The Project Manual explains the process by which prospective Proposers may submit questions about the meaning or intent of the Project Manual. Please contact DSWA prior to the Proposal opening if you wish to schedule a site tour. All other inquiries regarding this work shall be directed to: Lynsey K. Baer, P.E., BCEE and Pam Williamson Chief of Engineering Sr. Executive Assistant Phone: 302-739-5361 Phone: 302-739-5361 Fax: 302-739-4287 Fax: 302-739-4287 Email: lbk@dswa.com Email: prw@dswa.com

Details

Division 01 - General Requirements.
Division 03 - Concrete.
Division 04 - Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection.
Division 08 - Openings.
Division 09 - Finishes.
Division 10 - Specialties.
Division 11 - Equipment.
Division 13 - Special Construction.
Division 21 - Fire Suppression.
Division 22 - Plumbing.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC).
Division 25 - Integrated Automation.
Division 26 - Electrical.
Division 27 - Communications.
Division 31 - Earthwork.
Division 32 - Exterior Improvements.
Division 33 - Utilities.
Division 34 - Transportation.
Division 35 - Waterway and Marine Construction.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents