BURLINGTON NH PC21 (1) & BURLINGTON-SOUTH BURLINGTON IM 189-3 (77) & WINOOSKI NH PC21 (2

expired opportunity(Expired)
From: Vermont(Transportation)
18V198

Basic Details

started - 22 Jan, 2021 (about 3 years ago)

Start Date

22 Jan, 2021 (about 3 years ago)
due - 01 Oct, 2021 (about 2 years ago)

Due Date

01 Oct, 2021 (about 2 years ago)
Contract

Type

Contract
18V198

Identifier

18V198
Agency of Transportation

Customer / Agency

Agency of Transportation
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

VERMONT AGENCY OF TRANSPORTATION BURLINGTON NH PC21 (1) & BURLINGTON-SOUTH BURLINGTON IM 189-3 (77) & WINOOSKI NH PC21 (2) BARRE, VERMONT December 30, 2020 MINIMUM LABOR AND TRUCK RATES: For the project are included in the advertised specification and bid proposal and such rates shall be a part of the Contract for this project. INVITATION FOR BIDS Submitted bids will be opened electronically at 11:00 a.m. on Friday, January 22, 2021; and will be posted to the State of Vermont, Agency of Transportation, Contract Administration website. The time of receiving and opening bids may be postponed due to emergencies or unforeseen conditions. LOCATIONS BURLINGTON NH PC21 (1) - BEGINNING IN THE CITY OF BURLINGTON ON U.S. ROUTE 7 AT STA. 4+91.04 (MM 0.093) AND EXTENDING NORTHERLY ALONG U. S. ROUTE 7 FOR A DISTANCE OF 656.72 FEET (0.124 MILES) TO STA, 11+47.76 (MM 0.217). WORK TO BE PERFORMED UNDER THIS PROJECT INCLUDES PARTIAL DEPTH JOINT REPAIRS AND DIAMOND GRINDING OF EXISTING PORTLAND
CEMENT CONCRETE PAVEMENT ON U. S. ROUTE 7. ALSO INCLUDES NEW PAVEMENT MARKINGS, SIGNS AND OTHER HIGHWAY RELATED ITEMS. BURLINGTON-SOUTH BURLINGTON IM 189-3 (77) - BEGINNING IN THE CITY OF SOUTH BURLINGTON ON INTERSTATE 189 OFF RAMP AT STA. 40+12.80 (MM 0.760) AND EXTENDING WESTERLY ALONG INTERSTATE 189 OFF RAMP FOR A DISTANCE OF 262.20 FEET (0.050 MILES) TO STA. 42+75.00 (MM 0.810). WORK TO BE PERFORMED UNDER THIS PROJECT INCLUDES PARTIAL DEPTH JOINT REPAIRS AND DIAMOND GRINDING OF EXISTING PORTLAND CEMENT CONCRETE PAVEMENT ON INTERSTATE 189 WESTBOUND OFF RAMPS. WORK ALSO INCLUDES NEW PAVEMENT MARKINGS, SIGNS AND OTHER HIGHWAY RELATED ITEMS. WINOOSKI NH PC21 (2) - BEGINNING IN THE CITY OF WINOOKSI ON U.S. ROUTE 7 AT STA. 2+30.90 (MM 0.043) AND EXTENDING NORTHERLY ALONG U.S. ROUTE 7 FOR A DISTANCE OF 569.10 FEET (0.108 MILES) TO STA. 8+00.00 (MM 0.151). WORK TO BE PERFORMED UNDER THIS PROJECT INCLUDES PARTIAL DEPTH JOINT REPAIRS AND DIAMOND GRINDING OF EXISTING PORTLAND CEMENT CONCRETE PAVEMENT ON U.S. ROUTE 7. WORK ALSO INCLUDES NEW PAVEMENT MARKINGS, SIGNS AND OTHER HIGHWAY RELATED ITEMS. CONTRACT COMPLETION DATE: The Contract shall be completed on or before October 01, 2021. BID BOND: Electronic bid bond to be submitted in the amount of 5% of the Contractor's bid. ENGINEER'S ESTIMATE: For this proposal the Engineer's Estimate is Category D. PLANS AND PROPOSALS MAY BE OBTAINED AT NO COST BY: Clicking on the following link then selecting and submitting the "Request For Plans" form for the project you are requesting. https://vtrans.vermont.gov/contract-admin/bids-requests/construction-contracting QUESTIONS: During the advertisement period for this proposal, all questions shall be addressed solely to the Office of Contract Administration via e-mail: AOT.ConstructionContractingInquiry@vermont.gov PREQUALIFICATION OF CONTRACTORS: All bidders on this project must hold both current annual Prequalification with the Vermont Agency of Transportation through the "Contractor's Experience Questionnaire and Financial Statement" and unconditioned project-specific approval through the "Standard Form - Request for Proposal" CA-82 form. These documents are available at - https://vtrans.vermont.gov/sites/aot/files/contractadmin/documents/PreQualCA82.pdf JOINT VENTURES: Two or more Prequalified entities may combine all or a portion of their assets, equipment, personnel, and experience for the purpose of bidding on a single Agency contract by providing a written request to obtain Contract Specific Prequalification as a Joint Venture for a specific contract. Please refer to section 5.07 of the Policies and Procedures on Prequalification, Bidding and Award of Contracts, available at - https://vtrans.vermont.gov/sites/aot/files/contractadmin/documents/PPP%20V6%20010118%20Final.pdf Page 1 https://vtrans.vermont.gov/sites/aot/files/contractadmin/documents/PreQualCA82.pdf STANDARD SPECIFICATIONS: The work under this Contract shall be performed in accordance with the 2018 STANDARD SPECIFICATIONS FOR CONSTRUCTION, as modified. The Standard Specifications are available on the VTrans website. https://vtrans.vermont.gov/highway/construct-material/construct-services/pre-contractspecifications NON-COLLUSION AFFIDAVIT: All bidders will be 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. NONDISCRIMINATION IN AGENCY CONTRACTS: VTrans hereby notifies all bidders that it will insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religion, sex, or national origin in consideration for an award. NOTICE TO BIDDERS-MANDATORY ELECTRONIC BIDDING: Bidders are hereby notified that only two-way electronic bids will be accepted by the Agency for this proposal. For information on electronic bidding with the Agency, please visit our website at: https://vtrans.vermont.gov/contract-admin/resources/construction-contracting/electronic-bidding TELECOMMUNICATIONS RELAY SERVICE TTY/TDD 1-800-253-0191 APPROXIMATE ESTIMATE OF QUANTITIES ITEM NO. LINE NO. DESCRIPTION QUANTITY UNITS 204.22 0005 TRENCH EXCAVATION OF EARTH, EXPLORATORY (N.A.B.I.) 3.000 CY 516.10 0010 BRIDGE EXPANSION JOINT, ASPHALTIC PLUG 340.000 LF 524.11 0015 JOINT SEALER, HOT POURED 8,900.000 LF 580.10 0020 REPAIR OF CONCRETE SUPERSTRUCTURE SURFACE, CLASS I 100.000 SY 580.11 0025 REPAIR OF CONCRETE SUPERSTRUCTURE SURFACE, CLASS II 46.000 SY 580.20 0030 RAPID SETTING CONCRETE REPAIR MATERIAL WITH COARSE AGGREGATE 1,026.000 CF 604.412 0035 REHAB. DROP INLETS, CATCH BASINS, OR MANHOLES, CLASS I 11.000 EACH 604.415 0040 REHAB. DROP INLETS, CATCH BASINS, OR MANHOLES, CLASS II 2.000 EACH 604.418 0045 REHAB. DROP INLETS, CATCH BASINS, OR MANHOLES, CLASS III 2.000 EACH 604.42 0050 CHANGING ELEVATION OF SEWER MANHOLES 3.000 EACH 608.15 0055 POWER GRADER RENTAL 10.000 HR 608.25 0060 ALL PURPOSE EXCAVATOR RENTAL, TYPE I 10.000 HR 608.26 0065 ALL PURPOSE EXCAVATOR RENTAL, TYPE II 30.000 HR 608.30 0070 POWER BROOM RENTAL, TYPE I 60.000 HR 608.31 0075 POWER BROOM RENTAL, TYPE II 60.000 HR 608.37 0080 TRUCK RENTAL 80.000 HR 608.40 0085 LOADER RENTAL, TYPE I 20.000 HR 621.76 0090 REPLACE GUARDRAIL POST ASSEMBLY 20.000 EACH 621.77 0095 REPLACE GUARDRAIL BEAM UNIT 80.000 EACH 629.20 0100 ADJUST ELEVATION OF VALVE BOX 9.000 EACH 630.10 0105 UNIFORMED TRAFFIC OFFICERS 1,200.000 HR 630.15 0110 FLAGGERS 8,000.000 HR 631.10 0115 FIELD OFFICE, ENGINEERS 1.000 LS 631.16 0120 TESTING EQUIPMENT, CONCRETE 1.000 LS 631.26 0125 FIELD OFFICE COMMUNICATIONS (N.A.B.I.) 3,000.000 DL 633.10 0130 CPM SCHEDULE 12.000 EACH 635.11 0135 MOBILIZATION/DEMOBILIZATION 1.000 LS 641.11 0140 TRAFFIC CONTROL, ALL-INCLUSIVE (NH PC21(1) & IM 189-3(77)) 1.000 LS 641.11 0145 TRAFFIC CONTROL, ALL-INCLUSIVE (NH PC21(2)) 1.000 LS 641.15 0150 PORTABLE CHANGEABLE MESSAGE SIGN 7.000 EACH 646.602 0155 TEMPORARY 4 INCH WHITE LINE, PAINT 8,350.000 LF 646.612 0160 TEMPORARY 4 INCH YELLOW LINE, PAINT 5,550.000 LF 646.620 0165 TEMPORARY 6 INCH WHITE LINE 1,500.000 LF 646.622 0170 TEMPORARY 6 INCH WHITE LINE, PAINT 40.000 LF 646.630 0175 TEMPORARY 6 INCH YELLOW LINE 550.000 LF Page 2 ITEM NO. LINE NO. DESCRIPTION QUANTITY UNITS 646.632 0180 TEMPORARY 6 INCH YELLOW LINE, PAINT 50.000 LF 646.642 0185 TEMPORARY 8 INCH WHITE LINE, PAINT 940.000 LF 646.652 0190 TEMPORARY 8 INCH YELLOW LINE, PAINT 160.000 LF 646.660 0195 TEMPORARY 12 INCH WHITE LINE 260.000 LF 646.662 0200 TEMPORARY 12 INCH WHITE LINE, PAINT 125.000 LF 646.682 0205 TEMPORARY 24 INCH STOP BAR, PAINT 300.000 LF 646.692 0210 TEMPORARY LETTER OR SYMBOL, PAINT 174.000 EACH 646.702 0215 TEMPORARY CROSSWALK MARKING, PAINT 243.000 LF 646.76 0220 LINE STRIPING TARGETS 800.000 EACH 646.85 0225 REMOVAL OF EXISTING PAVEMENT MARKINGS 4,450.000 SF 675.20 0230 TRAFFIC SIGN, TYPE A 280.000 SF 675.341 0235 SQUARE TUBE SIGN POST AND ANCHOR 515.000 LF 675.50 0240 REMOVING SIGNS 34.000 EACH 675.60 0245 RESETTING SIGNS 3.000 EACH 900.635 0250 SPECIAL PROVISION (CONCRETE PAVEMENT JOINT REPAIR, TECHCRETE) 60,750.000 LB 900.675 0255 SPECIAL PROVISION (CONCRETE ROADWAY DIAMOND GRIND) 10,705.000 SY 402.12 AA1 0260 AGGREGATE SHOULDERS 9.000 TON 402.13 AA2 0265 AGGREGATE SHOULDERS, RAP 9.000 TON 646.403 BB1 0270 DURABLE 4 INCH WHITE LINE, EPOXY PAINT 4,200.000 LF 646.404 BB2 0275 DURABLE 4 INCH WHITE LINE, POLYUREA 4,200.000 LF 646.413 CC1 0280 DURABLE 4 INCH YELLOW LINE, EPOXY PAINT 2,770.000 LF 646.414 CC2 0285 DURABLE 4 INCH YELLOW LINE, POLYUREA 2,770.000 LF 646.423 DD1 0290 DURABLE 6 INCH WHITE LINE, EPOXY PAINT 770.000 LF 646.424 DD2 0295 DURABLE 6 INCH WHITE LINE, POLYUREA 770.000 LF 646.433 EE1 0300 DURABLE 6 INCH YELLOW LINE, EPOXY PAINT 295.000 LF 646.434 EE2 0305 DURABLE 6 INCH YELLOW LINE, POLYUREA 295.000 LF 646.443 FF1 0310 DURABLE 8 INCH WHITE LINE, EPOXY PAINT 470.000 LF 646.444 FF2 0315 DURABLE 8 INCH WHITE LINE, POLYUREA 470.000 LF 646.453 GG1 0320 DURABLE 8 INCH YELLOW LINE, EPOXY PAINT 85.000 LF 646.454 GG2 0325 DURABLE 8 INCH YELLOW LINE, POLYUREA 85.000 LF 646.463 HH1 0330 DURABLE 12 INCH WHITE LINE, EPOXY PAINT 215.000 LF 646.464 HH2 0335 DURABLE 12 INCH WHITE LINE, POLYUREA 215.000 LF 646.483 II1 0340 DURABLE 24 INCH STOP BAR, EPOXY PAINT 155.000 LF 646.484 II2 0345 DURABLE 24 INCH STOP BAR, POLYUREA 155.000 LF 646.493 JJ1 0350 DURABLE LETTER OR SYMBOL, EPOXY PAINT 87.000 EACH 646.494 JJ2 0355 DURABLE LETTER OR SYMBOL, POLYUREA 87.000 EACH 646.503 KK1 0360 DURABLE CROSSWALK MARKING, EPOXY PAINT 130.000 LF 646.504 KK2 0365 DURABLE CROSSWALK MARKING, POLYUREA 130.000 LF The estimate quantities are not guaranteed but are given as a basis for the comparison of bids. The right is reserved to reject any or all bids, to waive any formality and any and all technicalities in bids and to accept such bids as may be deemed in the best interest of the awarding agency. Sincerely, Stacy L. Andre Administrative Services Manager III Page 3 2020-12-29T18:57:31+0000 Client IP: 174.83.89.182, Transaction ID: 0sM5Z7sZtJ1zPbAMcvGIAOVz-ys= Onespan E-SIGNED by stacy.andre@vermont.gov, ID: 34893672-5822-4475-8355-46ad3a20efc6

219 North Main Street Barre, Vermont 056410Location

Address: 219 North Main Street Barre, Vermont 056410

Country : United StatesState : Vermont