|
FAIR HAVEN REST AREA SIDEWALK REPLACEMENT REBID
|
Request Date: 2/21/2020 8:13:21 AM
Open Date:
Closing Date: 3/18/2020 1:00 PM
Intent To Bid Deadline:
Est. Dollar Value: $35,000.00
RFQ Number:
|
|
Buildings & General Svs, Facilities Division
133 State Street, 5th Floor
Montpelier,
VT
05633-8000
|
Bid Type: Request for Proposal
Locations:
Rutland
Keywords: Construction (Non Building), Concrete, Pedestrian Walkways
Bid Description:
Contractors are invited to bid on the Fair Haven Rest Area Sidewalk Replacement Project for the
Department of Buildings & General Services located at 47098 Prospect Street, Route 4 in Fair
Haven, Vermont.
Project Name: Fair Haven
Project #: NH REST (11)
This project consists of, but is not limited to job meetings, submittals, removal and disposal of
existing brick and granite pavers and subbase, complete removal of two trees, subbase excavation
and installation of new gravel base and installation of new concrete sidewalks. Limits of new
concrete sidewalk will be the same as the existing brick pavers. Fencing and/or barricades will be
required to protect both construction work and the public. Cleanup, topsoil, seeding, and
mulching will be done as soon as possible. All work shall be coordinated with BGS and the
State Rest Area representative, and access to the building must be maintained at all times,
utilizing the rear entry door on a limited basis. Work shall be substantially complete by 05/08/20
and progress uninterrupted until completion. The contactor shall restore the lawns, including
repairs, grading, seeding and mulching as needed.
Sidewalk work shall consist of constructing sidewalks of Portland Cement Concrete s on a
prepared subgrade, in accordance with 2018 Vermont Standard Specifications and in reasonably
close conformity with the lines, grades, and typical cross-sections shown.
• The total existing square footage of brick pavers to be removed is approximately 1,100
square feet (sf) with an anticipated installation of approximately 1,100 sf of new Portland
cement concrete sidewalk. Concrete shall be 4000 psi with 5% - 7% air entrainment.
• Excavation shall be to a depth of twenty-one (21) inches from existing grade.
• Sixteen (16) inches of three-quarter (3/4) inch minus crushed stone sub-base shall be
installed and shall be thoroughly compacted in two (2) eight (8”) inch lifts. Compact
gravel to 95% Modified Proctor Density.
• New Portland Cement concrete sidewalk shall be installed at a depth of five (5) inches,
including #4 rebar, 18” on center, each way, centered in slab. Sidewalks to have a fine
broomed finish and tooled edges, and a cure and sealer shall be applied, Euclid Everclear
VOX or equal.
• A nine (9) by nine (9) foot by 5” thick concrete pad shall be poured over 16” of
compacted gravel subbase where the existing picnic table exists, including #4 rebar, 18”
on center, each way, centered in slab.
• Place a tooled construction joint every 5’ to a depth of 1”.
• Place expansion joints as needed and approved, not to exceed 20’ apart, with dowels 18”
on center, and ½” thick resilient non-bituminous expansion material to a depth of 5”,
Homex 300 or equal. Place expansion materials against foundation wall also.
Revision Date: February 27, 2019
Page | 2
• Sidewalk to be doweled to the building foundation at 18” spacing. One end of the dowel
to be greased.
• A ½” galvanized eye hook shall be cast into the concrete pad to allow for securing of the
picnic table.
• A one (1) foot by five (5) foot Portland cement concrete pad (at a depth of five (5)
inches) shall be installed at the gazebo entrance for pedestrian access.
• Forms shall be of wood, metal, or other suitable material and shall extend for the full
depth of the concrete. All forms shall be true to line, free from warp, and of sufficient
strength to resist the pressure of the concrete without springing. Bracing and staking of
forms shall be such that the forms remain in both horizontal and vertical alignment until
their removal.
• The Contractor shall construct, place, and maintain such barricades and protection
devices as are necessary to keep pedestrians and other traffic off the sidewalk until it has
fully cured.
• Two (2) medium-size crab apple trees are to be removed and the stumps completely
removed.
• Landscaping shall be expected after forms and trees are pulled and sidewalk installation
is complete, to restore the area to its original condition. Install a minimum of 4” of
topsoil, and seed, mulch, and water as needed.
Sealed Bids accompanied by proper Bid Security will be received by the Department of Buildings
and General Services, at 109 State Street, Montpelier, Vermont 05609-3001, until 1:00PM on
March 18, 2020, at which time they will be opened and publicly read aloud in the department
conference room.
Documents may be obtained from Blueprints Etc, 20 Farrell Street, South Burlington VT 05403, by
phone at 802-865-4503, by fax at 802-865-0027 or email to: orders@blueprintsetc.com. Project
Manuals and Plans are available for preview at: http://www.blueprintsetc.com in the Public Plan
Room. Any and all notifications, releases and addendums associated with this project will be posted
at http://www.blueprintsetc.com. There is a non-refundable fee for each set of documents
purchased.
Fee to Include one (1) Hard Copy & one (1) Digital CD-ROM Copy: $45.00
1. Please be advised that all notifications, releases, and addendums associated with
this RFP will be posted on-line in the plan room where the original solicitation
resides unless otherwise determined that a hard copy is necessary. The state will
make no attempt to contact contractors with updated information. It is the
responsibility of each contractor to periodically check the posting site for any and
all notifications, releases and addendums associated with the RFP.
2. NOTE: On occasion hard copy addendums may be required due to size or type of
media/requirements. If applicable and as determined by the Department of Buildings
and General Services, addendums that require hard copy distribution, a copy of such
addenda will be mailed or delivered for each set of plans and specifications issued to the
bidders, prior to the bid date. However, it is the responsibility of the bidder to be sure
they have received all addenda, and must so state the number of addenda they have
received on the proposal.
3. If Bidders choose to pull information from other third-party sites, Bidders’ do so at their
own risk as there is one official source of information for documents as indicated above.
There will be a pre-bid meeting at the site on March 2, 2020 at 10:00 AM. Interested parties will
meet at the front entry to the building.
QUESTION AND ANSWER PERIOD: Any vendor requiring clarification of any section of
this RFP or wishing to comment or take exception to any requirements of the RFP must submit
specific questions in writing to BGS.OPCVendorDocs@vermont.gov no later than 2:00 PM on
March 6, 2020. All questions should include BGS Fair Haven Rest Area Sidewalk Replacement
Project in the subject line. Any comments, questions, or exceptions not raised in writing on or
before the last day of the question period are waived. At the close of the question period a copy of
all questions or comments and the State's responses will be posted at
http://www.blueprintsetc.com. Every effort will be made to post this information as soon as
possible after the question period ends, contingent on the number and complexity of the
questions.
Bidder’s attention is directed to:
1. General Conditions for Construction Contracts. It is the Bidder’s responsibility to
thoroughly read and comply with all requirements. Please pay close attention due to
changes that have been made.
2. Disadvantaged Business Enterprises (DBEs): Certified DBE's are encouraged to
submit proposals for the work being bid. If Certified DBE’s are unable to bid the project
directly, and only want to bid on portions of the work, then you are encouraged to seek
out a current plan holder. Plan holder lists are posted weekly at:
http://bgs.vermont.gov/purchasing, and then click on Construction Bid Tabulations/Plan
Holder Lists on the right hand column of the screen. For more information on the DBE
Certification application process visit: http://vtrans.vermont.gov/civil-rights/doingbusiness/
dbe-center or contact Sonya Boisvert, 802-828-2644, email:
sonya.boisvert@vermont.gov.
3. “Contractors and Subcontractors are required to follow the requirements of 46 CFR 381.7
(a)-(b). For guidance on requirements of Part 381 – Cargo Preference – U.S. Flag Vessels
please go to the following web link:
https://www.fhwa.dot.gov/construction/cqit/cargo.cfm
4. Additional requirements associated with this project shall require Contractor compliance
with the following:
a. FHWA 1273: http://vtrans.vermont.gov/civil-rights/doing-business/contractorscenter/
davis-bacon
b. USDOL Vermont Highway Wage Decisions: : http://vtrans.vermont.gov/civilrights/
doing-business/contractors-center/davis-bacon
c. USDOL Building Wage Decisions: http://www.wdol.gov/dba.aspx, click on: State,
County then Construction Type (would be Building), then hit search.
Revision Date: February 27, 2019
Page | 4
d. VTrans CR Contractor and Labor Compliance website:
http://vtrans.vermont.gov/civil-rights
5. Jobsite Posters: VTrans will be providing the Federal poster package to BGS for use by
the Contractor on-site. When a job office is not established due to the nature of the work
and/or the length of the contract, the contractor and subcontractors must display all notices
or posters at their home offices where hiring is conducted and each employee must be
provided copies of all the notices or posters and sign a statement acknowledging they
received and understood the content of all the notices or posters. The signed statement
must be included with all invoices.
6. BID SUBMISSION INSTRUCTIONS:
a. CLOSING DATE: Bids must be received by the due date and at the location
specified on the front page of this RFP.
b. The bid opening will be held at 109 State Street, Third Floor, Montpelier, VT and
is open to the public.
c. SECURITY PROCEDURES: Please be advised extra time will be needed when
visiting and/or delivering information to 109 State Street. All individuals
visiting 109 State Street must present a valid government issued photo ID when
entering the facility.
d. SEALED BID INSTRUCTIONS: All bids must be sealed and must be addressed to
the State of Vermont, Office of Purchasing & Contracting, 109 State Street – Third
Floor, Montpelier, VT 05609-3001. BID ENVELOPES MUST BE CLEARLY
MARKED ‘SEALED BID’ AND SHOW THE PROPOSAL TITLE, OPENING
DATE AND NAME OF BIDDER.
e. All bidders are hereby notified that sealed bids must be received and time stamped by
the Office of Purchasing & Contracting located at 109 State Street – Third Floor,
Montpelier, VT 05609-3001 - by the time of the bid opening. Bids not in possession
of the Office of Purchasing & Contracting at the time of the bid opening will be
returned to the vendor and will not be considered. Any delay deemed caused by
Security Procedures or courier/mail delivery services will be at the bidder’s own
risk.
f. Office of Purchasing & Contracting may, for cause, change the date and/or time of
bid openings or issue an addendum. If a change is made, the State will make a
reasonable effort to inform all bidders by posting at: http://www.blueprintsetc.com .
g. All bids will be publicly opened. Typically, the Office of Purchasing & Contracting
will open the bid, read the name and address of the bidder, and read the bid amount.
However, the Office of Purchasing & Contracting reserves the right to limit the
information disclosed at the bid opening to the name and address of the bidder when,
in its sole discretion, the Office of Purchasing & Contracting determines that the
nature, type, or size of the bid is such that the Office of Purchasing & Contracting
cannot immediately (at the opening) determine that the bids are in compliance with
the RFP. As such, there will be cases in which the bid amount will not be read at the
bid opening. Bid openings are open to members of the public. Bid results are a
public record however, the bid results are exempt from disclosure to the public until
the award has been made and the contract is executed.
7. DELIVERY METHODS:
a. SECURITY PROCEDURES: Note that security procedures concerning delivery
of any mail or parcels to 109 State Street may delay receipt of mail/parcel pieces
by one business day.
b. U.S. MAIL: Bidders are cautioned that it is their responsibility to originate the
mailing of bids in sufficient time to ensure bids are received and time stamped by the
Office of Purchasing & Contracting prior to the time of the bid opening.
c. EXPRESS DELIVERY: If bids are being sent via an express delivery service, be
certain that the RFP designation is clearly shown on the outside of the delivery
envelope or box. Express delivery packages will not be considered received by the
State until the express delivery package has been received and time stamped by the
Office of Purchasing & Contracting. Due to security procedures express deliveries
must be received by 10:30 AM in order to be received by the Office of
Purchasing & Contracting that same day.
d. HAND DELIVERY: Hand carried bids shall be delivered to a representative of the
Office of Purchasing & Contracting prior to the bid opening.
e. ELECTRONIC: Electronic bids will not be accepted.
f. FAX BIDS: Faxed bids will not be accepted.
8. No Bonding is required for this job.
9. It is the Bidder’s responsibility to thoroughly read and comply with all instructions and
requirements of this bid solicitation.
Sincerely
Christopher Cole
Commissioner
Special Instructions: Questions due: 3/6/2020 @ 2:00 PM
Awardees
|
RICHARD REED AND SONS
|
4/22/2020 |
|
47 Taylor Hill Proctor, VT
|
$24,345.00 |
|
|
|
|
|
|