Print
Sign up to receive a text message or email when new bids are added!

  

Print
Bid Title: BARRINGTON ROADWAY PAVING 2026
Category: Current Bids
Status: Open

Description:

Click Here for Entire RFP


Addendum 1


SECTION 1 – GENERAL INFORMATION

Sealed competitive bids for resurfacing of various streets in the Town of Barrington will be received by the Project Manager of Public Works at the address below until 10:00 AM on Monday, February 16th , 2026 at which time the bids will be opened and read in public.

Proposals must be submitted in a sealed envelope and addressed to:

Brock Handy

Department of Public Works Project Manager

Town of Barrington Department of Public Works

84 Upland Way

Barrington, RI  02806

 

The front of the sealed envelope must be clearly marked “Roadway Resurfacing”.


Contract Documents with specifications and the proposal for the above project may be obtained at the offices of the Department of Public Works every weekday except holidays between the hours of 8:00 AM and 3:30 PM.

 

Bids received after the time and date specified above will not be considered.

 

A non-mandatory Pre-Bid Conference will be conducted on Friday, January 16 , 2026 at 10:00 AM in the Department of Public Works conference room.

 

Questions Deadline February 6th 10am 

 

Each bidder must submit with their bid a bid deposit equal to five percent (5%) of the amount of the bid.  The bid deposit may be in the form of a certified check, bank treasurers or cashier’s check, or a bid bond from a responsible surety company licensed to do business in the State of Rhode Island.  This sum will be retained as liquidated damages for compliance failure.

 

To secure performance of the contract, the successful bidder will be required to submit within five (5) working days of notice of award of the contract a Performance and Payment Bond with sureties satisfactory to the Town, in the amount of 100% of the contract value.  The bond shall be furnished by a responsible surety company authorized to do business in the State of Rhode Island.

 

Bids which are incomplete, not properly endorsed or signed, may be rejected as informal by the Awarding Authority.

 

The Town of Barrington reserves the right to reject any or all bids, if it is in the public interest to do so.

 

The Department of Public Works is accessible to the disabled.  Individuals requiring any accommodations for disabilities must notify the Public Works office at 247-1907 EXT 0 (Barrington Public Library TDD, 247-3750), in advance of the meeting date.

 

SECTION 2 – INSTRUCTION TO BIDDERS

 

2.1       Notice to Bidders. Attention is directed to the fact that these instructions and bid forms are for the convenience of prospective bidders.

 

2.2       Bid Forms. All bids shall be submitted on forms furnished by the Town.  A copy of this form is included in this document.

 

Bid forms shall be completely filled in.  Bids which are incomplete, conditional or obscure, or which contain any addition not called for, may be invalid; and the Awarding Authority may reject every such bid.

 

The Awarding Authority may consider as informal any bid submitted by a bidder on which there is an alteration of, or departure from the bid form hereto attached.

 

The Contract will be based upon the complete work according to the specifications and/or drawings, together with all addenda thereto and any alternates (if specified) which may be accepted by the Awarding Authority.

 

2.3       Interpretations. No oral interpretations will be made to any bidder as to the meaning of the specifications.  Every interpretation made to a bidder will be in the form of an addendum to the specifications, which, if issued, will be sent as promptly as is practicable to all persons to whom the specifications have been issued.  All such addenda shall become part of the contract documents.  Failure of the Project Coordinators to send, or any bidder to receive any such interpretation shall not relieve the bidder from any obligation under his bid as submitted.

 

2.4       Examination of Site.   Each bidder, whenever possible, shall visit the site of the proposed work and fully acquaint himself with conditions as they exist so that he may fully understand the facilities, difficulties and restrictions attending the execution of the work under his Contract.  Bidders shall also thoroughly examine and be familiar with the specifications.  The failure of any bidder to review or examine any instrument or document, or to visit the site and acquaint himself with existing conditions, shall in no way relieve any bidder from any obligation with respect to his bid.

 

2.5       Alternative Bids. Alternative bids will not be considered unless called for by the Awarding Authority.

 

2.6       Time for Receiving Bids. Bids shall be received by the Awarding Authority prior to the time and at the place established in

 

SECTION 1 – GENERAL INFORMATION.           

 

Bids received prior to the time established herein for delivery will be securely kept unopened.  The Public Works Project Manager, whose duty it is to receive and to open all bids, will decide when the specified time as arrived for the receipt of bids.  At the time established, bids will be opened and read aloud.  No bid received after the time established for delivery and opening of bids will be considered.  No responsibility will be attached to any officer for premature opening of a bid not properly identified.

 

Bidders are cautioned to allow ample time for transmittal of bids by mail or otherwise.  Bidders shall secure correct information relative to the probable time of arrival and distribution of mail at the place where bids are to be opened; and, so far as practicable, make due allowance for possible delays.

 

2.7       Award of Contract The Contract will be awarded to the lowest responsible and eligible bidder on the basis of competitive bids.

 

The Awarding Authority for this Contract is the Department of Public Works, Town of Barrington, Rhode Island and it reserves the right to reject any or all bids, if it be in the public interest to do so.

 

In determining the “lowest responsible and eligible bidder,” the following elements will be considered:

Whether the bidder involved; (1) has previously failed to perform properly or to complete on time contracts of a similar nature; (2) is not in a position to perform the contract or has habitually and without just cause neglected the payment of bills or otherwise disregarded his obligations to subcontractors, material men or employees; (3) maintains a permanent place of business; (4) has adequate plant equipment available to do the work properly and expeditiously; (5) has suitable financial resources to meet the obligations incident to the work; and (6) has appropriate technical experience.  The words “Lowest Responsible and Eligible Bidder” shall mean the bidder whose bid is the lowest of those bidders possessing skill, ability, and integrity necessary to the faithful performance of the work and who shall certify that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work.

 

2.8       Performance Bond & Execution of Contract. The successful bidder shall furnish a Labor Payment Bond in the penal sum of 100% of the total amount payable under the terms of the Contract, with Surety Company qualified to do business under the Law of the State of Rhode Island and to be approved by the Awarding Authority.  The successful bidder shall execute a contract with the Awarding Authority in such number of counterparts as the Awarding Authority may request.

 

Such Performance Bond shall be furnished and such contract shall be executed within five days, Saturdays, Sundays, and legal holidays excluded, after the presentation of the contract by the Awarding Authority.

The performance shall include the guarantee to maintain all portions of the work under the Contract for a period of one year from the date of acceptance of the work and to repair or replace any work caused by defects of materials or workmanship.

 

2.9       Bid Guarantee. Bids must be accompanied by a bid deposit in the amount indicated in the SECTION 1 of this Contract.  At the option of the bidder, the bid deposit may be bid bond, certified check, or a treasurer’s or cashier’s check issued by a responsible bank or trust company payable to the Town of Barrington.  No bid will be considered unless it is so guaranteed.  The bid deposit shall insure the execution of the contract and the furnishing of the Performance Bond by the successful bidder.  If any bidder fails to execute a contract and furnish the required Labor Payment Bond as stated in his bid, his deposit shall become the property of the Awarding Authority, as liquidated damages.

 

2.10     Sales Tax. Bidders are advised that the Town of Barrington is exempt from payment of the Rhode Island Sales Tax.  Therefore, bidders shall make no allowance for said sales tax in the bid price.

Publication Date/Time:
1/15/2026 12:00 AM
Closing Date/Time:
2/17/2026 10:00 AM
Submittal Information:
Brock Handy: 84 Upland Way, Barrington, RI 02806
Contact Person:
Brock Handy
Department of Public Works
83 Upland Way
Barrington, RI 02806
bhandy@barrington.ri.gov

Return To Main Bid Postings Page