IFB For Contract No. 21-09A Mount Hope Bridge Main Cable Trial Blow Test Addendum No.1

Agency: Rhode Island Turnpike and Bridge Authority
State: Rhode Island
Level of Government: State & Local
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD15989901122622758
Posted Date: Nov 8, 2023
Due Date: Nov 29, 2023
Solicitation No: IFB For Contract No. 21-09A
Source: Members Only
IFB For Contract No. 21-09A Mount Hope Bridge Main Cable Trial Blow Test

The Rhode Island Turnpike and Bridge Authority has issued an IFB for Contract No. 21-09A Mount Hope Bridge Main Cable Trial Blow Test.

Link to read the CONTRACT SPECIFICATIONS

Link to read the PLANS

To read Addendum No.1, November 8, 2023, please CLICK HERE .

Attachment Preview

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY
JAMESTOWN, RHODE ISLAND
CONTRACT NO. 21-09A
MOUNT HOPE BRIDGE
MAIN CABLE TRIAL BLOW TEST
OCTOBER 25, 2023
AECOM
PROVIDENCE, RI
RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY
JAMESTOWN, RHODE ISLAND
CONTRACT NO. 21-09A
MOUNT HOPE BRIDGE
MAIN CABLE TRIAL BLOW TEST Page 1 of 2
Description
Notice to Contractor
List of Drawings
Proposal
Statement of Qualifications Prime Contractor
Bid Bond
Contract Agreement
Confidentiality Agreement
Non-Collusion Affidavit and Verification
Minority/Disadvantaged/Woman-Owned Business Enterprise
Affidavit and Verification
Minority Business Enterprise Utilization Plan
Minority Business Participation Plan
Disadvantaged Utilization Plan
USDOT Standard Title IV
DBE Special Provision
Inspection Affidavit
Wage Rates
Performance Bond
Payment Bond
Project Specifications
Page
A-1 to A-3
D-1
P-1 to P-5
1 to 9
BB-1
C-1 to C-3
CA-1
NC-1
MDWBEAV-1 & 2
MBE-1
MBEPP-1
DBEUP-1 & 2
TIV-1 to TIV-3
DBESP-1 to DBESP-15
IA-1
WR-1
PB-1 to PB-2
PAB-1 to PAB-2
i
TC-1
CONTRACT NO. 21-09A
MOUNT HOPE BRIDGE
MAIN CABLE TRIAL BLOW TEST Page 2 of 2
Description
Special Provisions
Division I - General Requirements and Covenants
Division II - Construction Details
Section 999 Best Management Practices
Page
I-1 to I-31
II-1 to II-10
999-1 to 999-2
TC-2
RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY
JAMESTOWN, RHODE ISLAND
NOTICE TO CONTRACTORS
CONTRACT 21-09A
MOUNT HOPE BRIDGE
MAIN CABLE TRIAL BLOW TEST
October 25, 2023
Proposals addressed to the Rhode Island Turnpike and Bridge Authority (Authority) for Contract No. 21-
09A MOUNT HOPE BRIDGE MAIN CABLE TRIAL BLOW TEST will be received by the Authority
at One East Shore Road, Jamestown, Rhode Island 02835, until 10:00 AM November 22, 2023. Please
note that the bidder is responsible for verifying that Federal Express or other mail delivery can be received
by the time noted.
This Contract shall consist of work performed on the main cable of the Mount Hope Bridge which carries
Route 114 over the Mount Hope Bay between the communities of Bristol and Portsmouth, Rhode Island.
The work to be performed includes the following as outlined in the Contract Drawings and the Contract
Specifications:
Installation of temporary access to the main cable.
Temporary relocation of messenger cable and necklace lighting as directed.
Removal of main cable wrapping wire sections.
Fabrication and installation of zinc wedges on the main cable.
Fabrication and installation of injection and exhaust sleeves on the main cables.
Furnishing and operating a blower/fan and flower sensors.
Management and disposal of lead containing materials.
Work shall be performed under short-term closures of the eastbound or westbound lanes of Route 114 as
shown on the Contract Drawings through maintenance and protection of traffic installed by the Contractor.
Proposal, Contract Drawings, Supplementary Specifications, and other Contract Documents for the work
are available in electronic format through the Authority and are not transferrable.
The August 2023 edition of the Rhode Island Department of Transportation Standard Specifications for
Road and Bridge Construction will be used on all Contract work awarded by the Rhode Island Turnpike
and Bridge Authority (RITBA) and may also be incorporated by reference into Contract work on local,
secondary, or transit systems or into other Contract work in which the RITBA has an interest. These
Specifications shall control the work on RITBA construction Contracts, except were modified by
Supplemental Specifications or the Contract Special Provisions, for all Contracts awarded by the RITBA
subsequent to the publication of this edition. If conflicts exist between the Contract provisions and these
Specifications, the Contract provisions shall govern. This publication is not available in print format but
may be obtained on the Rhode Island Department of Transportation’s website:
https://www.dot.ri.gov/business/bluebook.php.
A-1
The proposal shall be submitted in hard copy format utilizing the forms included in the Contract Documents.
Bidders shall submit two hard copies and one electronic copy on a USB Flash Drive of the proposal to the
Authority. Contract Documents are not transferable to other parties for bidding purposes.
Prospective bidders are notified that there is a non-mandatory in person Pre-Bid Conference at which all
bidders have the option to attend. The conference will be held in person at 10:00 AM on November 1, 2023,
at the RITBA offices, One East Shore Drive, Jamestown, RI. Prospective bidders shall email the email
addresses of attendees for the Pre-Bid Conference to procurement@ritba.org. The conference will be fol-
lowed by a site visit to the bridge. Prospective bidders or their representatives may not contact any em-
ployee of the Authority or AECOM regarding this Contract fromthe date of advertisement through the bid
date. ALL questions or clarifications concerning the Contract documents shall be submitted by e-mail to
procurement@ritba.org no later than 4:00 PM on November 8,2023.
The bidder's attention is directed to the fact that the Authority is soliciting bids from qualified contractors
who shall assume the sole responsibility for the quality of materials and workmanship. Statement of
Qualifications forms to be completed by each bidder to enable the Authority to evaluate company and
personnel experience, equipment and financial status must be attached to each Proposal. Failure of any
bidder to submit completed Statement of Qualifications forms with their Proposal may be a cause for
rejection of their bid.
No change shall be made in the phraseology of the Proposal or in the items mentioned therein. Proposals
that contain any omissions, erasures, alterations, additions, or items not called for in the Proposal or that
contain irregularities of any kind, may be rejected as not responsive.
A certified check payable to the Rhode Island Turnpike and Bridge Authority in an amount not less than
five (5) percent of the total amount of the bid price, or a bid bond not less than five (5) percent of the total
amount of the bid price, must accompany each Proposal as a guarantee that the Contract will be entered
into, if awarded. The submitted Certified Check or Bid Bond will be returned after the Contract has been
executed.
Proposals, with accompanying check or bid bond, shall be enclosed in an opaque sealed envelope that will
be suitably marked.
Any bond required under the provisions of this Contract and Proposal shall only be issued by and originate
with an agent lawfully constituted, licensed, and registered in the State of Rhode Island.
A Performance Bond of one hundred (100) percent of the Contract price with a surety company that is
satisfactory to the Authority will be required of the successful bidder.
The Authority reserves the right to reject any or all bids or to waive any informality in bids received. The
Authority will consider only those bids received from parties who have obtained Contract Documents
directly from the Authority.
The Authority intends to award the Contract, if an award is made, as soon as practicable after receipt and
evaluation of bids. The Authority will make the award to the lowest responsive and responsible bidder. The
successful Bidder shall execute and deliver the Contract and the required Performance Bond and evidence
of specified insurance coverage, upon receipt of Notice of Intent to Award. Notice to Proceed and execution
of the Contract will be given upon approval of contractor’s insurance and bonds; and Contractor shall start
work within three (3) weekdays after receipt of Notice to Proceed but may not start the work before the
A-2
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >