REQUEST FOR CONSTRUCTION BIDS May 23, 2017

Similar documents
REQUEST FOR CONSTRUCTION BIDS February 22, 2010

REQUEST FOR PROPOSAL Department of Public Works Highway Division

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

Addendum #1. Beaver Dam Creek Trail & Pedestrian Bridge Phase 1 Town of Damascus, Virginia VDOT # EN , PE101, C501 UPC #51977

INVITATION TO BID GIFFORD WOODS STATE PARK KENT BROOK PEDESTRIAN BRIDGE PROJECT

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

Mainelli Wagner & Associates, Inc.

Mainelli Wagner & Associates, Inc.

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

REQUEST FOR PROPOSAL (RFP) June 2, 2016 DEMOLITION AND SITE STABILIZATION OF FLOOD-DAMAGED RESIDENTIAL PROPERTY. TOWN OF Windsor, Vermont

ADVERTISEMENT FOR BIDDERS

REQUEST FOR PROPOSALS Stormwater Mitigation Construction of Final Design Plans at Cambridge Elementary School

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

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

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

PROJECT ITEMS CHECK LIST Project No.

REQUEST FOR SEALED BIDS No

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements

PREQUALIFICATION APPLICATION INSTRUCTIONS

Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018

Main Building Auditorium

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

NOTICE INVITING BIDS

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE

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

REQUEST FOR PROPOSAL DEMOLITION & REMOVAL OF THE OLD TOWN HALL 2278 US ROUTE 4 EAST

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

DRAFT TECHNICAL SPECIFICATIONS FOR

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

901 STORMWATER POLLUTION MANAGEMENT SECTION 901 STORMWATER POLLUTION MANAGEMENT

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

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

Construction Project Guidelines Locally Let, State Funded Projects

Mainelli Wagner & Associates, Inc.

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

BELLOWS FALLS HISTORICAL SOCIETY, INC. Post Office Box 466 Bellows Falls, VT I fax

PREQUALIFICATION APPLICATION INSTRUCTIONS

SITE DESIGN ENGINEER'S STATEMENT:

Town of Shelburne, Vermont CHARTERED 1763

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

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

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

Connecting Revitalizing Preserving Celebrating

DOCUMENT BID PROPOSAL

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES

GRADING PERMIT CITY OF RAPID CITY 300 SIXITH STREET RAPID CITY, SD ID NO: (605) PIN NO:

NOTICE TO BIDDERS FOR

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11)

JUDD STREET LIFT STATION DEWATERING CONTRACT

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

SECTION BID FORM. Garfield Street Drainage Improvements

Finance & Technology Administrator (815) ext 223


Overview of Section 2

Town of Brandon, Vermont Brandon Union St. Sidewalk STP EH 05 (4) Request for Qualifications Construction Inspection and Testing Services

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

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

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Mainelli Wagner & Associates, Inc.

ADDENDUM NO. 1 PRE-BID CONFERENCE: GENERAL: Great West Engineering, Inc N. Lakeharbor Lane Boise, Idaho (208)

Department of Transportation Rapid City Region Office 2300 Eglin Street P.O. Box 1970 Rapid City, SD Phone: 605/ FAX: 605/

Invitation for Bid - Standard Office Furniture / Task Chair

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL DESCRIPTION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

CCSD#1 Stormwater Standards

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

UNION COUNTY VOCATIONAL-TECHNICAL SCHOOLS West Hall Addition Project Raritan Road, Scotch Plains, NJ

Missouri River Flood Response Activity

STATE OF SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION PLANS FOR PROPOSED

SECTION BID FORM

TRENCHLESS CULVERT REHAB-2017

Greater New Haven Water Pollution Control Authority. New Haven, Connecticut

Table of Contents for Guide Specifications

Submission, Review and Approval of Construction Documents Submission and Review of a Completed Application for Permit

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

a. Unless otherwise specified, all lengths shall be horizontal distances.


CITY OF DE SOTO Miller Park Trail Extension and Picnic Table Pads

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB

RESIDENTIAL BUILDING PERMIT

I. General Information. A. Project Team & Contacts: Role Company Name Phone City of Johnson City Jeff Owner Water & Sewer Harmon, PE Department

Town of Shelburne, Vermont U.S. Route 7 and Falls Road Sidewalk Installation STP BP14(5) and STP SDWK(24)

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

SANBORN COUNTY

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

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

CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS 2012

APPENDIX B Construction Surface Water Management Plan PLANT CITY, FLORIDA SYDNEY ROAD RECLAIMED WATER PROJECT INVITATION TO BID ITB NO.

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

Town of Brandon, Vermont US Route 7 (Center Street) Bridge 114 Improvements

Transcription:

REQUEST FOR CONSTRUCTION BIDS May 23, 2017 Cambridge Greenway Trail / Railroad Bridge Replacement Flood Mitigation Project 1.0 Project Background A former railroad bridge that currently carries the Cambridge Greenway Trail over the Brewster River will be replaced with a refurbished historic bridge and elevated boardwalk over a restored floodplain. The goal of the project is to reduce flooding in and a recent study has identified that the current undersized bridge is increasing flooding to Route 15 and nearby residential and commercial properties in the Village. Construction plans accompany this Request for Construction Bids (Attachment A). Project construction is anticipated between July 1 and December 15, 2017. Disturbance must be minimized and contained with sediment and erosion controls that will be applied and maintained throughout the duration of the project. Borings (see Attachment A) and a geotechnical study (Attachment B) have been completed as part of the design. The Town of Cambridge, Vermont, (the Town) in partnership with the Lamoille County Planning Commission (LCPC), is currently seeking competitive bids to replace the bridge and restore the floodplain. Companies that are women owned, minority owned, Section 3, and small businesses are encouraged to submit bids. A second separate but nearby flood mitigation project is also expected to be constructed during summer 2017 to replace two culverts that pass under Vermont Route 15 in Jeffersonville. The bid for the culvert replacement project is expected to be released in the next month by the Village of Jeffersonville and LCPC. Contractors are encouraged to bid on both projects for efficiency and economy. The lowest and responsible bidder may be awarded the contract for both the bridge and culvert project, or one of the projects. This is solely a disclosure statement due to the close proximity, similar timing, and flood mitigation objectives of the two projects. 2.0 General Scope of Work Work tasks will generally involve installation and maintenance of erosion and sediment controls; excavation of earth fill and hauling offsite; removing the existing railroad bridge; demolition of concrete; handling, transport, rehabilitation, and re erection of a historic bridge; installation of micropiles; installation of reinforced concrete piers and abutments; installation of an elevated wooden walkway on steel beams; installation of dry stacked rock walls; installation of riprap; installation of fencing; and site restoration (see Attachment A).

Allowable work hours will be Monday thru Friday from 6 am to 7 pm. With 48 hour notice to the Town and Project Engineer, additional work hours may be approved. All disturbed areas shall be returned to pre construction conditions, including repairs of the road surface, seeding and mulching all disturbed areas. Disturbance shall be minimized during construction. Live willow stakes will be furnished and planted by others. Live stakes are shown on the Site Plan and in the detail with the riprap (see Attachment A), but are not be included in this bid or contract. 3.0 Owner s Project Representation Engineering oversight of the project will be conducted by LCPC s appointed Project Engineer in combination with a VTrans Inspector. The Contractor will be obligated to comply with directives from the Project Engineer and VTrans Inspector to ensure that the Contractor meets all contract provisions and design specifications while complying with permit requirements. The VTrans Inspector will be approving all work related to the highway, in particular the toe of slope condition along Vermont Route 15. 4.0 Construction Access Construction access will be made primarily from the Vermont Route 15 Park and Ride owned by VTrans. A VTrans State Highway Access and Work Permit has been received for this project covering access to the construction site, staging of equipment and materials, and work within the ROW (Attachment C). Removal of vegetation at each access location shall be minimized. If the Contractor wishes to leave the Town or VTrans right of way or Town owned land, permission is required from landowners to cross their property. A secondary construction access has been proposed across private land at 5195 Vermont Route 15 on the western river bank. Use of this access will need to be arranged by the Contractor and will require prior approval with the landowner. Closure of Vermont Route 15 is not anticipated as part of this project, yet traffic flaggers will be needed for trucks entering and leaving the state highway. All abutters will have been notified about the project before construction by LCPC. 5.0 Sequence of Work A possible sequence of work is provided in the construction plans (see Attachment A). The final sequence of work will ultimately be determined by the Contractor and submitted to the Project Engineer for review and approval prior to construction. The Contractor shall present their project schedule and list of subcontractors at the preconstruction conference. The Project Engineer and Town will review and comment within 5 work days. 6.0 Specifications Technical specifications are included in the details and notes on the construction plans (Attachment A). The Contractor shall refer to the VTrans 2011 Standard Specifications for Construction. Project special provisions have been provided (Attachment D). A formal technical specification package does not exist for this project. The Contractor shall adhere to the Terms and Conditions in the Contract with the Town.

7.0 Sediment and Erosion Control A possible sediment and erosion control plan is provided in the construction plans (see Attachment A). The final sediment and erosion control plan will ultimately be determined by the Contractor and submitted to the Project Engineer for review and approval prior to construction. The Contractor shall present their sediment and erosion control plan at the preconstruction conference. The Project Engineer will review and comment within 5 work days. Limits of area of disturbed earth (2 acres) and length of time of unstabilized disturbance (7 days) have been established to minimize impact to the river. Silt fencing will be required around any stockpiled materials to contain sediment migration during construction. Runoff from the excavation area shall be contained with silt fence between the excavation and the river bank. Water control is needed during work on the banks and at the river edge to prevent siltation of the river. Separation of river flow from the active work area at the river banks is required, and recommended by using temporary isolation berms constructed from on site river cobble and gravel. 8.0 Construction Notes Construction notes are contained in the construction plans (see Attachment A). 9.0 Construction Schedule Construction is planned for between July 1 and December 15, 2017. All instream work in the river or on river banks (below the ordinary high water (OHW) line) must be completed between July 1 and October 1. All work must be completed by December 15, 2017. A Notice to Proceed will be issued by the Project Engineer prior to the start of work. Site recovery progress will be inspected with the Contractor approximately one month following construction to ensure that the site remains stable and to determine if additional site recovery work is needed. VTrans and the Project Engineer will be required to sign off on the final site conditions. 10.0 Regulatory Requirements Federal, state, and local permitting is under way for this project and conditions of each permit must be followed during construction. The Contractor must review permits in full to understand all regulatory requirements prior to construction. All permits must be posted at the project site prior to the start of construction. Work cannot take place until all required permits are in place. The VTrans State Highway Access and Work Permit, Vermont Department of Housing and Community Development Certificate of Environmental Assessment, and FEMA Record of Environmental Consideration have been included (see Attachment C). The Project Engineer will be applying for a Vermont Stream Alteration Permit and a U.S. Army Corp Permit. The Contractor is obligated to obtain all necessary work permits. 11.0 Independence and Liability Requirements Before beginning any work, the selected bidder must provide certificates of insurance to show that the minimum coverages are in effect. See Independence and Liability requirements listed in the conditions of the VTrans State Highway Access and Work Permit (see Attachment C).

12.0 Compensation Payment for the project will be made in installments based on bid items after inspection by the Project Engineer and VTrans. Payment will be based on items complete and lump sum bid prices. Prior approval is needed from the Project Engineer for all change orders. All invoices will be delivered to the Town and copied to the Project Engineer for review and payment upon approval. Payments may take 6 to 8 weeks after receipt of invoices due to state and federal grant reimbursement schedules. Funding sources for the project include an Agency of Commerce and Community Development Block Grant Disaster Relief (DR IG 2014 Cambridge 00011) for a Total Award Amount of $133,313, a Federal Emergency Management Agency Hazard Mitigation Grant (FEMA 4022 149 R), and a Vermont Ecosystem Restoration Grant (2015 ERP 2 01). The selected Contractor shall provide a performance bond in the amount of 100% of the contract price that shall be filed with the Town of Cambridge prior to issuance of a Notice to Proceed by the Project Engineer. A bid bond is not required. Davis/ Bacon wage rates apply for the project and the wage decision information has been included (Attachment E). The same wage decision information is also available at https://www.wdol.gov/dba.aspx#0 with the following information: General Decision Number: VT170038 01/06/2017 VT38 Superseded General Decision Number: VT20160038 State: Vermont Construction Type: Highway Counties: Lamoille County in Vermont. 13.0 Equal Opportunity, Non collusion, and Debarment Certification is required by the Equal Employment Opportunity regulations of the Secretary of Labor (41CFR 60 1.7(b) (1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Generally only contracts and subcontracts of $10,000 or under are exempt as set forth in 41 CFR 60 1.5. An EEO Certification Form (Appendix F) must be submitted with this bid. All bidders are required to execute a sworn statement, certifying that the bidder has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. A Debarment and Non Collusion Affidavit (Appendix G) must be submitted with this bid. All bidders are required to execute a sworn statement, certifying that the bidder has not within the last three (3) years been, suspended, debarred, voluntarily excluded or determined ineligible by any Federal or State Agency; does not have a proposed suspension, debarment, voluntary exclusion or ineligibility determination pending; and has not been indicted, convicted or had civil judgment rendered against (it, him, her, them) by a court having jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. A Debarment and Non Collusion Affidavit (Appendix G) must be submitted with the bid.

14.0 Bid Submittal Information & Format Bids shall be presented on the enclosed bid sheet (Attachment H), along with two project references for past work of a similar nature. Sealed bid proposals must be received by Mark Schilling, Town Clerk, at 85 Church Street, in advance of a bid opening that is scheduled for 12:00 pm (noon), Friday June 16, 2017. Late bids will not be accepted. Notice of the contract award is anticipated by Friday June 23, 2017. The Town reserves the right to conduct value engineering with the lowest and most qualified bidder. The Town reserves the right to reject any or all bids on its own motion. A mandatory pre bid site showing is planned for 10:00 am Thursday June 1, 2017. Meet at the Park and Ride Lot in. Electronic copies of the construction plans are attached to this request. For questions contact Roy Schiff at Milone & MacBroom, Inc. (802 882 8335; rschiff@mminc.com). 15.0 Attachments Attachment A: Construction Plans Attachment B: Geotechnical Report Attachment C: Received Permits Attachment D: Specifications Special Provisions Attachment E: Wage Rate Decision Attachment F: EEO Certification Form Attachment G: Debarment and Non Collusion Affidavit Attachment H: Bid Sheet

Attachment A: Construction Plans

Attachment B: Geotechnical Report

Attachment C: Received Permits

Attachment D: Specifications Special Provisions

Attachment E: Wage Rate Decision

Attachment F: EEO Certification Form

Attachment G: Debarment and Non Collusion Affidavit

Attachment H: Bid Sheet