Sign up to receive a text message or email when new bids are added!
Bid Number: RFQ 88783
Bid Title: Construction of Riverside Parkway - Loudoun County Parkway to Lexington Drive, RFQ 88783
Category: Procurement
Status: Awarded
Additional Status Information: Notice of Award issued on October 8, 2019.
Bid Recipient: Francis O. Day Inc.

Description:

ONLY THOSE FIRMS PREQUALIFIED THROUGH THE VIRGINIA DEPARTMENT OF TRANSPORTATION (VDOT) ARE ELIGIBLE TO SUBMIT BIDS FOR THIS PROJECT. BIDS FROM NON-VDOT PREQUALIFIED FIRMS WILL NOT BE CONSIDERED.

1.1 The intent of this Invitation for Bid (IFB) is to obtain the services of a qualified General Contractor for the Construction of Riverside Parkway from Loudoun County Parkway to Lexington Drive (“Project”). The development and improvements for the Project combines two interfacing segments. The first segment (Segment 1) of the Riverside Parkway project entails constructing and extending a new roadway and the second segment (Segment 2) encompasses remediating and completing an existing roadway previously constructed under the project name of Lexington Drive-Phase 2. Both Segments 1 and 2 will require all documentation and completed work to be acceptable by Loudoun County and VDOT to meet the Secondary Street Acceptance Requirement process. The two segments will be combined under this Contract and are described below.

Segment 1-Construct new segment of Riverside Pkwy

The development and construction of the new segment of Riverside Pkwy shall be executed in accordance with the Contract Plans and Specifications entitled Riverside Parkway, VDOT Project No. 2401-053-R83 by Rinker Design Associates. Segment 1 begins 0.1 mile east of the existing signalized intersection of Loudoun County Parkway and George Washington Blvd and terminates 0.2 miles west of the intersection of Smith Circle (west). The construction and development of Segment 1 entails abandoning an existing roadway and constructing a new 4 lane divided roadway with a raised median and turn lanes approximately 0.7 miles in length. Additionally, Segment 1 involves improvements to the signalized intersection at George Washington Blvd and Loudoun County Parkway, terminates access and removes a signalized intersection at Rt. 7 and existing Lexington Drive, phasing of construction with relative traffic detours, storm water drainage, storm water management basins, waterline removal, abandonment and installation, pedestrian walkways, signage, pavement markings and all other related work to complete this segment. Close coordination with Loudoun Water and Loudoun County will be needed to assure phasing is complete and acceptable to terminate existing, and open newly installed water lines. VDOT Street Acceptance requirements will also be applicable.

Segment 1-Loudoun Water Betterments

Loudoun County has entered into an Agreement with Loudoun Water for potential reimbursement for all work associated with the installation of all pipe, fittings, valves, and all other incidental work associated Water Lines “E, F and G”. Loudoun Water will review the costs as separated in Section 18.0-Pricing Page and Bid Forms and upon receipt of the Bids determine whether they will accept the costs as provided by Bidder awarded this Contract. If costs are not acceptable to Loudoun Water, all aforementioned work will be eliminated from this Contract via a Change Order after contract award.

Segment 2-Remediate and complete existing Lexington Drive Phase 2

The construction of Segment 2 has been partially completed by Capital Associates under the plans developed by Christopher Consultants dated September 13, 2010 (Project No. CPAP-2008-0092). Segment 2 begins at the westerly boundary of Segment 1 or 0.2 miles west of the intersection of Smith Circle and terminates 0.2 miles to the west at approximate Station 34+00. Segment 2 is an existing 4 lane divided roadway, with a raised median and turn lanes. The majority of all work for Segment 2 has been performed and paved with base asphalt. The primary work under this contract entails surveying existing conditions, the final paving, signage and striping. Remedial work is also necessary to meet contract and VDOT Street Acceptance requirements. The repair work includes sealing, milling, and repaving cracks in the base asphalt, removing and replacing cracked curb and gutter, ramps and median strips, video inspection of all storm and underdrain pipe with potential removal and replacement, and other reparations needed to meet VDOT Street Acceptance requirements.

Segments 1 and 2-General

Segments 1 and 2 are considered “unclassified”, therefore all other costs for the removal and haul off of rock, concrete slabs, and other unforeseen material that may be encountered, to include replacement with satisfactory fill material shall be the responsibility of the Contractor with payment in accordance with the Contract Plans and Specifications, Special Provisions, and Schedule of Bid Items.

Loudoun County Dept. of Transportation and Capital Infrastructure will be administering and managing the construction of the Riverside Parkway project in accordance with VDOT Locally Administered (LAP) construction and inspection requirements and all other applicable contract requirements.

The construction duration and completion of both Segments 1 and 2 is 730 calendar days.

As described below under Section 1.6, e-Builder Construction Program Management Software will be utilized for all project management, process automation, documentation, and correspondence, including but not limited to: RFI’s, submittals, meeting minutes, pay applications, potential change orders/change orders, close-out documentation, etc.

1.2 Type of Contract: This is a Unit Price Contract.

1.3 Schedule of Bid Items: Any quantity or scope item in the Schedule of Bid Items which a bidder considers to be in error should be submitted to the County’s Contracting Officer prior to the IFB question and answer deadline identified in IFB Paragraph 17.2, for verification. The information will be reviewed by the design engineer and County staff and addressed in an addendum. Quantities on the Schedule of Bid Items can only be changed through re-issue of the Schedule of Bid Items in an Addendum to the IFB.

1.4 Utilities: It is the responsibility of the Contractor to schedule and coordinate all the utility work to meet Project Milestones, Phasing, and the completion date of the Project.

1.5 VDOT Bonds: In addition to bid bond, payment, and performance bonds required by the County of Loudoun and prior to the issuance of the County’s Notice to Proceed, the successful bidder will be required to obtain a VDOT LUP-A Permit, Grading Permit, a Trailer Permit, and post a bond with VDOT for the estimated value of the work that is to be constructed in the VDOT right of way. The successful bidder will be required to post any post-construction bond mandated by VDOT.

1.6 Project Administration: The County will require the Contractor to use e-Builder for the administration of this Project. The County will provide the Contractor one or two licenses for its use and provide training for the Contractor. Basic training will be required and provided by the County at no cost to the Contractor. This level of training is at the recommendation of e-Builder and should provide proficiency. If the Contractor does not demonstrate proficiency with the software following this training, additional training required for complete proficiency will be at the Contractor’s cost. Additional licenses may also be purchased at the Contractor’s cost. Contact e-Builder for further information at www.e-builder.net or 1-800-580-9322.

Pre-Bid Conference:
A Pre-Bid Conference will be held on June 12, 2019 at 1:00 p.m. in the Procurement Conference Room, 1 Harrison Street, SE, 4th Floor, Leesburg, Virginia 20175 for clarification of any questions on the drawings, specifications and site conditions.

Addendum:
Addendum #1 Changes and/or Additions issued on June 14, 2019.
Addendum #2 Acceptance date changed to July 16, 2019 issued on June 24, 2019.
Addendum #3 Changes and/or Additions issued on July 2, 2019.

Publication Date/Time:
5/30/2019 9:00 AM
Publication Information:
Invitation for Bid
Closing Date/Time:
7/16/2019 4:00 PM
Bid Opening Information:
See Related Documents
Addendum Date/Time:
Addendum #3 issued on July 2, 2019.
Pre-bid Meeting:
June 12, 2019 @ 1:00 PM
Contact Person:
Christopher Bresley
Contracting Officer
(703) 777-0394
Christopher.Bresley@loudoun.gov
Download Available:
See Related Documents
Plan & Spec Available:
The plans and specifications are contained on a CD that can be obtained by contacting the Division of Procurement or the Contracting Officer. There is no cost for the CD. Each CD contains a geotechnical report and CAD files. A Geotechnical Report Release form and an Electronic Data Transfer Agreement must be signed by an individual authorized to bind the firm into a contract and submitted prior to obtaining a CD.
Business Hours:
8:30 AM - 5:00 PM
Miscellaneous:
Addendum #3 Changes and/or Additions issued on July 2, 2019.
Related Documents:

Return To Main Bid Postings Page