Narragansett Avenue Utility Improvements

Agency: Town of Westerly
State: Rhode Island
Level of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD15990490206112210
Posted Date: Mar 19, 2024
Due Date: Apr 9, 2024
Solicitation No: 24-68
Source: Members Only
Bid Number: 24-68
Bid Title: Narragansett Avenue Utility Improvements
Category: Building or Roadway Construction and Related Services Contractor Provided
Status: Open

Publication Date/Time:
3/19/2024 3:30 PM
Closing Date/Time:
4/9/2024 1:00 PM
Related Documents:

Attachment Preview

TOWN OF WESTERLY / WESTERLY PUBLIC SCHOOLS
REQUEST FOR PROPOSAL
RFP 24-68
Narragansett Avenue Utility Improvements
March 19, 2024
The Town of Westerly (Town), Westerly, RI, acting through its Purchasing Department, is hereby
soliciting sealed bids for the above referenced Request for Proposal (RFP) and you are hereby
invited to submit a Proposal for the Scope of Work described in this Invitation to Bid, in strict
accordance with the Bid Documents.
TERMS AND CONDITIONS
Bids shall be based on the Terms and Conditions as referenced in this Invitation to Bid.
BID DUE DATE/SUBMITTING INSTRUCTIONS
BIDS ARE DUE and MUST BE SUBMITTED on the attached BID FORM, Attachments B, NO
LATER THAN 1:00 p.m., EST, April 9, 2024. A Bid submitted on other than the attached BID
BREAKDOWN FORM may be rejected. All bids will be opened publicly at approximately 1:05
p.m. EST after receiving the bids, in the Westerly Town Council Chambers. Envelopes
containing bids must be sealed and addressed to the undersigned, at the Purchasing
Department, 2nd Floor office, Westerly Town Hall, 45 Broad St., Westerly, RI 02891 and must be
clearly marked with the Name and Address of Bidder, Bid Due Date and Time, and RFP Number
and Title. Bidders must include one original, one copy and a Digital (soft) copy on CD or
flash/zip drive of the Bid as defined in the Instruction to Bidders.
BIDDER’S QUESTIONS
Questions r e g ar d i n g this solicitation must be emailed and received by the Purchasing Agent
at ecardillo@westerlyri.gov no later than 1:00 p.m., EST, April 1, 2024, in a Microsoft Word
attachment with the corresponding solicitation number. Questions, if any, and responses will be
posted on the Town of Westerly website at www.westerlyri.gov as an addendum to this
solicitation. Bidders are responsible for checking the Town’s website for all addenda
distributed in response to questions and requests for additional information.
SITE VISITS
Non-mandatory pre-bid visits are encouraged to all Bidders. Coordination for site visits shall be
arranged by contacting Zachary Morrison (Staff Engineer) at 401-348-2594, or Kyle Zalaski (Town
Engineer) at 401-348-2562.
NOTE: No Bidders questions will be answered during any site visit. All questions must be
submitted in writing as directed above in the Bidder’s Questions section.
RFP-1
TOWN OF WESTERLY / WESTERLY PUBLIC SCHOOLS
SPECIAL INSTRUCTIONS TO BIDDERS
1. Bidder shall base the Proposal on providing all materials and equipment, FOB jobsite.
2. Price must include a 5% Bid Bond and cost of Payment and Performance Bonds. The
successful subcontractor will be required to post a 100% Payment and Performance Bond.
3. As this is a Rhode Island Public Works Project, bidders shall note that their bid must be based
on Prevailing Wage. The successful bidder and its subcontractors must pay their workers at
the applicable prevailing wage rates (latest determination) for the various trades on a weekly
basis and submit certified weekly payroll as described in the Instructions to Bidders. Prevailing
wage rate schedules are available at the Rhode Island Department of Labor and Training
website at www.dlt.ri.gov. It shall be the responsibility of the Bidder to utilize the most current
version of the wage determinations.
4. Bidder’s prices shall include all Permits/Fees.
5. Quotes must be firm for a minimum of 90 days from the date of submission.
6. Field Visits Subcontractor shall confirm field measurements as part of the bidding process.
Bidders must satisfy themselves, by personal examination of the location of the proposed
work, and by such other means as they may prefer as to the actual conditions and
requirements of the work, and inform themselves fully of the conditions and requirements of
the work, and inform themselves fully of the conditions relating to construction and labor under
which the work will be or is now being performed, and this Contractor must employ, so far as
possible, such methods and means in the carrying out of this work as will not cause any
interruptions or interference with any other contractor and a minimum of inconvenience and
injury to other persons and property.
7. Bid Completeness Pricing submitted on this project must an all-inclusive price. The intent of
an all-inclusive Price is such that no Adds or Change Orders will be necessary.
8. This project is Tax exempt for Rhode Island Sales Tax and Federal Excise Taxes.
9. If the Bidder submits a supporting/additional document with their bid, that document must
include page numbers.
10. The Bidder is responsible for the scheduling of police details. The Bidder shall inquire of the
Westerly PD as to the number and time frame of police details required prior to scheduling.
The Westerly Engineering Department will receive invoices for the police details associated
with the project directly from the police department and will pay the police department directly,
for days when the Bidder is actively working on the project. Failure to cancel details which
results in billing will be the financial responsibility of the Bidder.
11. Envelopes containing bids must be sealed and addressed to the Purchasing Agent, Eileen
Cardillo, at the Purchasing Department, Westerly Town Hall, 45 Broad St., Westerly, RI 02891
and must be clearly marked with the Name and Address of Bidder, Bid Due Date and Time,
and RFP Number and Title. Bidders must include two copies and a DIGITAL copy on Disk,
Flash or Zip drive of the Bid.
12. Projects will be awarded to one bidder. Project breakdown is for analysis and accounting only.
RFP-2
TOWN OF WESTERLY / WESTERLY PUBLIC SCHOOLS
RFP BID DOCUMENTS Page No.
Request for Proposal
Attachment A Scope of Work/Project Schedule
Attachment B Bid Form
Attachment C Instructions to Bidders
Attachment D Bid Preparation Checklist
Attachment E Experience Background
Attachment F Proposed Subcontractors
APPENDIX A Bidder Certification
APPENDIX B Prevailing Wage Rates
APPENDIX C - Technical Specifications
APPENDIX D - Construction Details
APPENDIX E Stormwater Drainage Aerial Sketches
APPENDIX F Anticipated Limit of Disturbance Photos
APPENDIX G CCTV Inspection Documentation
APPENDIX H Sanitary Sewer Manhole Photos
RFP 1-3
A 1-8
B 1-10
C 1-5
D-1
E-1
F-1
App A 1-4
App B 1-4
Tech Specs 1-84
BIDDER CERTIFICATION FORM: Bidders must include, complete, and submit a Bidder
Certification Form with each bid proposal. See Appendix A.
This solicitation is available at www.westerlyri.gov.
The Town of Westerly reserves the right to reject any/all bids, waive any informalities in
the bids received, to increase or reduce the scope of work to meet budgetary limitations,
including other needs, and to accept and award the bid to the lowest qualified bid deemed
most favorable to the interest of the Town.
The Town does not discriminate based on age, color, gender, national origin, race,
religion, sexual orientation, or disability in accordance with applicable laws and
regulations.
Eileen Cardillo, Purchasing Agent
Town of Westerly
45 Broad Street
Westerly, RI 02891
Tel: (401)348-2599
Email: ecardillo@westerlyri.gov
RFP-3
TOWN OF WESTERLY
ATTACHMENT A
SCOPE OF WORK
Project Schedule and Document Requirements
Narragansett Avenue Utility Improvements
RFP Number: 24-68
A) SCOPE OF WORK
Description of Project:
The Town of Westerly is seeking bid proposals from qualified Contractors to perform
improvements to the Town’s stormwater drainage and sanitary sewer utilities located
along Narragansett Avenue and its intersecting streets within the Granite Hill area of
Westerly. The scope of proposed utility improvements identified herein will be conducted
prior to asphalt milling and overlaying (by others) of Narragansett Avenue, Haswell Street,
Bellevue Avenue, and Top Street.
During the summer of 2022, the Town contracted National Water Main Cleaning
Company to conduct closed-circuit television (CCTV) inspections of the drainage network
located on Narragansett Avenue and the streets that contain stormwater drainage
infrastructure that drain to Narragansett Avenue. The inspection videos and
corresponding mapping are available for review using the Microsoft OneDrive file access
websites provided in the corresponding appendices.
Included within this RFP are photos that show the anticipated limits of disturbance for
reach of the proposed stormwater drainage improvements, aerial sketches that show the
locations of the stormwater drainage and routing of the stormwater drainage piping, and
photos of the sanitary sewer manholes.
The proposed scope of work is broken down into a base bid that includes improvements
to stormwater drainage structures/piping, sanitary sewer manholes, and sidewalks. An
additional alternative is included for other stormwater structure improvements. The
proposed scope of work for each structure and pipe is provided below.
Base Bid Stormwater Structures Improvements
1. Catch Basin CB69
Catch basin CB69 is located on the southern side of Narragansett Avenue adjacent to the
property at 43 Narragansett Avenue. The structure is constructed with stone walls and
floor, and a steel frame and grate equipped with a steel curb inlet. The structure abuts
and underlies a concrete sidewalk that is constructed with precast concrete curb. The
catch basin has one 12-inch diameter RCP that extends west to manhole MH30 and one
12-inch corrugated metal pipe (CMP) that extends south to the house at 43 Narragansett
A-1
TOWN OF WESTERLY
ATTACHMENT A
Avenue. Both pipes connect to the portion of the structure that underlies the concrete
sidewalk.
The proposed scope of work for catch basin CB69 shall include structure removal and
replacement, re-establishment of the existing pipe connections, and restoration of any
disturbed surfaces. The 4-foot section of 12-inch diameter RCP connecting to catch basin
CB69 is fractured shall be removed and replaced. This catch basin shall be constructed
with a RIDOT-compliant bicycle safe square frame and grate.
2. Buried Catch Basin BCB1
Catch basin BCB1 is located on the southern side of Narragansett Avenue adjacent to
the properties at 41 Narragansett Avenue and 38 Linden Street. The structure contains a
curb inlet with no other access points. The construction materials, dimensions, and
internal conditions are unknown. The catch basin contains three known pipe connections:
one 12-inch diameter CMP that extends to catch basin CB66; one 12-inch VCP that
extends to catch basin CB64; and, one 8-inch diameter high-density polyethylene (HDPE)
pipe that extends to catch basin CB65.
The proposed scope of work for buried catch basin BCB1 shall include removal and
replacement, re-establishment of the existing pipe connections, restoration of any
disturbed surfaces, and installation of a RIDOT-compliant heavy duty manhole frame and
cover within the concrete sidewalk. The curb inlet for this structure does not need to be
restored.
3. Catch Basin CB66
Catch basin CB66 is located on the southern side of Narragansett Avenue adjacent to the
property at 41 Narragansett Avenue. The structure is constructed with concrete block
walls, a concrete floor, and a steel frame and grate. The catch basin has one 12-inch
diameter CMP that extends east to buried catch basin BCB1 (located adjacent to the
properties at 41 Narragansett Avenue and 38 Linden Street).
The proposed scope of work for catch basin CB66 shall include structure removal and
replacement, re-establishment of the existing pipe connections, and restoration of any
disturbed surfaces. This catch basin shall be constructed with a Connecticut-style Type
“CL” flat frame and grate.
4. Catch Basin CB64
Catch basin CB64 is located on the southern side of Narragansett Avenue adjacent to the
property at 38 Linden Street. The structure is constructed with stone walls and floor, and
a steel frame and grate. The catch basin contains three pipe connections: one 12-inch
diameter vitrified clay pipe (VCP) that extends east towards manhole MH30; one 12-inch
diameter VCP that extends west towards buried catch basin BCB1; and, and one 15-inch
diameter RCP that extends north before teeing into the stormwater drainage trunkline that
flows east to west along Narragansett Avenue
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 >