Business to Business - Vermont Department of Economic Development_ThinkVermont.com_
_ Home _
To print, go to File on the menu bar and select Print.

Peavine Boulevard Embankment Repair, Town of Bethel Request Date: 3/12/2020 2:35:07 PM
Open Date: 
Closing Date: 4/20/2020 10:00 AM
Intent To Bid Deadline: 
Est. Dollar Value: $0.00
RFQ Number: 
Close Window

DUBOIS & KING INC

28 North Main Street
RandolphVT 05060

Bid Type:
Job Contract

Locations:
Windsor
Keywords:
Construction (Non Building), Traffic Control, Culvert Replacement, Paving Contractor, Road Construction

Bid Description:
Sealed bids from pre-qualified contractors shall be accepted until 10:00 am, prevailing time on April 20, 2020 at Bethel Town Clerk, 134 S Main Street, Bethel, VT for construction of the project hereinafter described. Bid opening will occur immediately after the bid submittal deadline. The time of receiving and opening bids may be postponed due to emergencies or unforeseen conditions. Sealed BIDS shall be marked in the lower left hand corner: Bid Documents: Peavine Boulevard Embankment Repair. Each BID must be accompanied by a certified check payable to the Town of Bethel for five percent (5%) of the total amount of the BID. A BID bond may be used in lieu of a certified check. LOCATION: Beginning at a point on Peavine Boulevard in the Town of Bethel at a point approximately 2,400 feet east of the intersection of Peavine Boulevard and Route 12 and extending south approximately 300 feet. TYPE OF CONSTRUCTION: Work to be performed under this project includes: slope stabilization, road cut for access to toe of slope including full depth pavement and subbase replacement, guardrail (per AASHTO Design Requirements), culvert replacement, durable 4-inch yellow line, polyurea, erosion control measures, and other related highway items. CONTRACT TIME: The Contract shall be initiated no earlier than July 1, 2020 and completed on or before October 1, 2020. ENGINEERS ESTIMATE: For this Proposal the Engineers Estimate falls between $250,000 and $500,000. PLANS, SPECIFICATIONS AND PROPOSAL MAY BE SEEN AT THE OFFICE OF: 1. Town of Bethel, 134 South Main Street, Town of Bethel, VT 05032. 2. DuBois & King, Inc., 28 North Main Street, P.O. Box 339, Randolph, VT 05060, Contact: Dawn Conant at 802-728-3376.

Special Instructions:
OBTAINING PLANS: The Issuing Office for the Bidding Documents is: DuBois & King, Inc., 28 North Main Street, P.O. Box 339, Randolph, VT 05060. Contact: Dawn Conant at 802-728-3376, dconant@dubois-king.com. Bidding documents may be obtained via one of the following methods: 1. Via download electronic copy: Download Bid Documents as a pdf at www.dubois-king.com/projects-bidding-active at a cost of $50. Plans are non-refundable and non-returnable. Note: When purchasing download bid documents, the purchaser will receive an e-mail notification with a link to the downloadable plans and specifications. Depending on individual computer settings, the e-mail may go to the spam folder. Please check the spam folder and allow e-mails from dubois-king.com. 2. Hard copy of Bid Documents: Please contact the issuing office identified above do discuss the details of this method for a cost of $75 plus applicable mailing and shipping, if needed. Plans are non-refundable and non-returnable. The date that the Bidding Documents are transmitted by the Issuing Office will be considered the prospective Bidder’s date of receipt of the Bidding Documents. Partial sets of Bidding Documents will not be available from the Issuing Office. Only Bid Documents obtained from DuBois & King, Inc. (Website or Issuing Office) shall be used for submitting a Bid. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda if any, obtained from sources other than the Issuing Office. IMPORTANT Any change to the Bidding Documents during the bid period will be made via addenda and posted at www.dubois-king.com/projects-bidding-active. The prospective Bidder is responsible for checking the web site as required to obtain any/all addenda that may be issued. The Issuing Office is not responsible for notifying prospective Bidders when addenda are posted. It is the responsibility of the Bidder to verify that all addenda have been received and noted on the Bid Form. STANDARD SPECIFICATIONS: This contract is governed by the Vermont Agency of Transportation (“VTrans”) 2018 Standard Specifications for Construction. QUESTIONS: During the advertisement phase of this project all questions shall be addressed solely to Brian Breslend, P.E., DuBois & King, Inc., bbreslend@dubois-king.com, 802-728-7208. EQUAL EMPLOYMENT OPPORTUNITY (EEO) CERTIFICATION: Certification is required by the Equal Employment Opportunity regulations of the Secretary of labor (41 CFR 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. See Appendix A for Contractors EEO Certification Form (CA-109). This certification form must be submitted with the bid. NON-COLLUSION AFFIDAVIT: 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. See Appendix B for Debarment and Non-Collusion Affidavit (CA-91). This affidavit must be submitted with the bid. DEBARMENT AFFIDAVIT: 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. See Appendix B for Debarment and Non-Collusion Affidavit (CA-91). This affidavit must be submitted with the bid. WORKER CLASSIFICATION COMPLIANCE REQUIREMENT FORM (Prime Contractor): All bidders are required to complete this self-reporting form in its entirety and submit with the bid. NON-DISCRIMINATION IN FEDERALLY ASSISTED CONTRACTS: The Town of Bethel hereby notifies all bidders that it will ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the basis of race, color, religion, sex or national origin for an award. This is consistent with the Town’s requirement to comply with provisions of Title VI. DAVIS BACON WAGE REQUIREMENTS: Bidders agree to abide by the Davis Bacon Wage Rate Schedule, which are appended to these Contract Documents. BUY AMERICA REQUIREMENTS: Buy America requirements of 23 CFR 635.410 are applicable to all Federal-aid construction projects. All steel or iron products permanently incorporated into Federal-aid projects, shall be products that have been entirely manufactured within the United States. All manufacturing processes of the steel or iron material, in a product, must occur within the United States to be considered of domestic origin. This includes process such as rolling, extruding, machining, bending, grinding, and drilling. The action of applying a coating to a material is deemed a manufacturing process subject to Buy America. Coating includes epoxy coating, galvanizing, painting, and any other coating that protects or enhances the value of the material.
Awardees