Sign up to receive a text message or email when new bids are added!
Bid Number: RFQ 382783
Bid Title: NorthStar Boulevard Phase II, RFQ 382783
Category: Procurement
Status: Awarded
Additional Status Information: Notice of Award issued on August 5, 2021.
Bid Recipient: Shirley Contracting Company, LLC

Description:


Due to restrictions surrounding the COVID-19 pandemic, public access to County facilities is extremely limited. The mailing of bids is preferred. However, if a bid is hand delivered, it will be received in the lobby of 1 Harrison Street, SE, Leesburg, VA 20175 ONLY in the Drop Box labeled: Procurement Bids and Proposals between the hours of 8:30 a.m. and 5:00 p.m.


ALL HAND DELIVERED BIDS MUST BE SUBMITTED AT THIS LOCATION PRIOR TO 4:00 P.M. on the Acceptance Date of the bid in order to be considered. Bids will not be accepted at any other building locations or after 4:00 P.M. Bids will be opened and announced by the Procurement Division staff via audio/video teleconference at 4:30 p.m. (Atomic time) on the Acceptance Date. To participate in the audio portion of the opening, please dial the number provided in the Instruction to Bidders and follow the prompts as designated. You may also witness the announcement of received bids as they are opened using GoToMeeting with the instructions included in the Section 19.1; Instructions to Bidders.


Please contact the Contracting Officer or Assistant Purchasing Agent designated on the front cover of the solicitation with any questions regarding this process. Bidders are strongly encouraged to check the County’s website routinely for updates.


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.

The Intent of this Invitation for Bid (IFB) is for the County of Loudoun, Virginia (County) to obtain the services of a qualified General Contractor to construct NorthStar Boulevard Phase II. This is a VDOT Local Administered Project (LAP) that consists of the extension of NorthStar Boulevard from the intersection of Tall Cedars Parkway north approximately 3,500 linear feet, connecting to Route 50 (John Mosby Highway). The improvements will consist of two northbound and two southbound lanes; associated turn lanes at the intersections of Tall Cedars Parkway, Marrwood Drive and Route 50; and a 40-foot-wide depressed grass median. The project requires substantial improvements on John Mosby Highway - Route 50 to accommodate turn lanes for the new intersection with NorthStar Boulevard. The improvements consist of approximately 3,500 linear feet of widening on Route 50.


The project will also include but is not limited to:

• 152’ Single Span Bridge over the South Fork of Broad Run

• Storm Sewer & Drainage

• Level 1 Retention Pond

• Level 1 Bioretention Basin

• 4’x10’ Box Culvert

• Watermain and Sanitary Sewer

• 10’ multi-use trails on both sides of NorthStar Blvd.

• Three Signalized Intersections (Tall Cedars Pkwy, Marrwood Dr., and Route 50)

• Multi-Phased Traffic Management Plan

• Utility Coordination as required


Record Plan Set and Maintaining Site Elevations:

The Contractor shall be responsible for all surveying to ensure the project is installed per the Construction Documents. Any deviations from the Contract Documents shall be specifically requested via Request for Information (RFI) submitted to the Architect/Engineer of Record. All deviations shall be noted in the Contractor’s “Record Set” of Construction Documents. Upon completion of the Project, two (2) hard-copy sets, and one (1) digital copy of “Record Set” Construction Documents shall be provided to the County. The Contractor will be responsible for the removal of all vegetation as required by the Contract Documents, to include, haul-off and disposal. Excess topsoil and spoils shall be removed from the site. Hauling and disposal of these materials shall be included in this Contract. Should the Contractor require the import of suitable materials to maintain the elevations and grades shown on the Contract Documents, then the Contractor shall be responsible for the costs of the suitable materials, inclusive of hauling, placement, and compaction.


This is a UNIT PRICE CONTRACT:

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 19.2, 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. Bidders are not authorized to make any changes to the information contained in the schedule bid items.


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.


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.


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.


Critical Project Milestone:

No later than August 31, 2022 the Contractor is to complete roadway and associated improvements required on Route 50 (John Mosby Highway) as shown on plan sheet 9 through 11A and defined by approximate stationing: EB 204 50 to 229 00; WB 111 70 to 125 00. These improvements shall include a portion of the NorthStar Boulevard improvements from stations 409 05.29, 58.45’ Lt and 409 33.80, 59.60’ Rt. to station 413 26.48. Please refer to Attachment 7, Critical Milestone Sketch.


Pre-Construction Conference:

A Pre-Construction Conference will be held virtually using GoToMeeting software on April 28, 2021 at 10:00 am for clarification of any questions on the drawings, specifications and site conditions. Until further notice bidders will not be able to participate in the Pre-Construction Conference in person. You must pre-register to participate in the Pre-Construction Conference by sending an email to . The subject line of the email should state “Register for Pre-Construction Conference for NorthStar Boulevard Phase II and the email should include the name of your firm and provide contact information to include phone number and address. Providing the email requesting participation in the Pre-Construction Conference must be received prior to 1:00 p.m. the day prior to the date of the Pre-Bid Conference, the County will respond with the information to participate in the Pre-Bid Conference. Emails received after 1:00 p.m. will not be responded to. To participate in the audio portion only, dial the number provided and follow the prompts as designated. To participate by computer, connect to the link provided and follow the prompts as designated.


Addenda:

 Addendum #1 Changes and/or Additions issued on May 10, 2021.

Addendum #2 Acceptance date changed to June 10, 2021 issued on May 18, 2021.

Addendum #3 Changes and/or Additions issued on May 28, 2021.


Publication Date/Time:
4/19/2021 10:00 AM
Publication Information:
Invitation for Bid
Closing Date/Time:
6/10/2021 4:00 PM
Bid Opening Information:
See Related Documents
Addendum Date/Time:
Addendum #3 issued on May 28, 2021.
Pre-bid Meeting:
April 28, 2021 @ 10:00 AM
Contact Person:
Nebila Kurtu, CPPB, VCCO, FMP
Please see the attached document RFQ 382783 for additional contact information.
Download Available:
See Related Documents
Business Hours:
8:30 AM to 5:00 PM
Miscellaneous:
Addendum #3 Changes and/or Additions issued on May 28, 2021.
Related Documents:

Return To Main Bid Postings Page