|
|
Pidgeon Hill Road Culvert TAP TA 19(8)
|
Request Date: 1/22/2024 9:58:47 AM
Open Date:
Closing Date: 2/20/2024 3:00 PM
Intent To Bid Deadline:
Est. Dollar Value: $0.00
RFQ Number:
|
 |
Town of Franklin
5167 Main Street
Franklin,
VT
05457
|
Locations:
Keywords: Construction (Non Building), Concrete, Culvert Replacement
Bid Description:
INVITATION TO BID
Pidgeon Hill Road Culvert TAP TA 19(8)
Sealed bids from pre-qualified contractors shall be accepted until 3:00pm prevailing time on Tuesday, February 20, 2024 at the Town of Franklin Town Office 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: Pidgeon Hill Road Culvert, TAP TA 19(8)
Each BID must be accompanied by a certified check payable to the Town of Franklin for five percent (5%) of the total amount of the BID. A BID bond may be used in lieu of a certified check.
PREQUALIFICATION OF CONTRACTORS: All bidders on this project shall be on the Agency of Transportation’s prequalified list under the category listed below or shall have submitted a complete prequalification application to the Agency of Transportation, Contract Administration, a minimum of 10 working days prior to the bid opening. For information contact Jon Winter at (802) 622-1267.
All bidders shall be on the current VTRANS Contract Administration pre-qualified list
“Contractors List of Drainage (Culverts and Underdrains) Category”.
LOCATION: IN THE TOWN OF FRANKLIN, OFF MORSES LINE ROAD, APPROXIMATELY ONE (1) MILE NORTH OF THE MORSES LINE ROAD AND PIDGEON HILL ROAD INTERSECTION, WITHIN THE VICINITY OF THE ROAD CROSSING OF A TRIBUTARY TO PIKE RIVER
TYPE OF CONSTRUCTION: Work to be performed under this project includes: Accelerated Construction of the Pidgeon Hill Culvert Replacement including, but not limited to removal of the existing culvert, construction of new precast concrete box culvert with wing walls, guard rails and stone rip-rap. Construction scope will also include traffic control, dewatering, roadway restoration and expansion and protection of work area.
CONTRACT COMPLETION DATE: The Contract shall be completed on or before September 30, 2024.
OBTAINING PLANS: Plans may be obtained from Ruggiano Engineering, Inc. 5 Lake Street, St. Albans, VT 05478. Phone: 802-524-9300 at a cost of $50.00 per set made payable to Ruggiano Engineering. Plans are not returnable. For mailed documents please add $10.00. If plans are requested electronically, Ruggiano Engineering shall track all plan holders for addendum distribution.
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. Ruggiano Engineering, Inc. 5 Lake Street, St. Albans, VT 05478 (BY APPOINTMENT ONLY)
2. Town of Franklin, 5167 Main Street, Franklin, VT 05457
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:
Luke Willey
Ruggiano Engineering
5 Lake Street, St. Albans Vt 05478 luke@shrugg.com
(802) 524-9300
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: Town of Franklin, VT 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.
Special Instructions: Invitation to Bid may be downloaded from:
https://www.nrpcvt.com/wp-content/uploads/2024/01/ITB_PidgeonHillCulvert_2024.pdf
Addendum Number 1 is available at link below.
|