JOINT TOLL BRIDGE COMMISSION EXECUTIVE OFFICES 2492 RIVER ROAD NEW HOPE, 18938-9519

CONTRACT NO. T-668A, CAPITAL PROJECT 0301A SCUDDER FALLS BRIDGE REPLACEMENT PROJECT NOTICE TO CONTRACTORS September 13, 2016

Sealed bids for Contract No. T-668A, Capital Project 0301A, Scudder Falls Bridge Replacement Project, will be received by the Delaware River Joint Toll Bridge Commission at its Executive Offices at 2492 River Road, New Hope Pennsylvania 18938-9519 until 2:00PM (Local Time), TUESDAY, November 22, 2016, at which time and place all bids will be publicly opened and read.

The Scudder Falls Bridge Replacement Project includes: the replacement of the existing I-95 bridge over the Delaware River with new northbound and southbound structures; 4.4 miles of approach roadway improvements between the I-95/PA Route 332 Interchange in Pennsylvania and the I-95/Bear Tavern Road Interchange in ; the reconfiguration of the I-95/Taylorsville Road Interchange in PA, and the I-95/Route 29 Interchange in NJ and associated ramps and structures; and, a pedestrian/bicycle shared-use pathway contiguous with the upstream, or southbound structure, that ties in with the canal towpaths in both Pennsylvania and New Jersey. The project also includes construction of noise walls in both Pennsylvania and New Jersey, a Bridge Monitor/ All Electronic Tolling Facility, including an AET equipment gantry and a wetland mitigation site in Pennsylvania.

All work in this project, consisting of, but not limited to, the following major items of work, shall be carried out according to the Contract Plans and Specifications within the specified construction time limitations. Specific Scudder Falls Bridge Replacement Project work items include, but are not limited to:

On the Pennsylvania side:

 Main River Bridge (MRB) – The replacement of the existing Scudder Falls Bridge carrying I-95 over the Delaware River/ River Road (SR 32) / NJ-29 SB with dual structures: a southbound structure, and a northbound structure for a total width of 187 feet. The new bridge is a seven-span structure, supported by six piers and two abutments for a total length of about 1,814 feet. Included in this replacement are alternative superstructure designs: a steel alternative, and a spliced pre-stressed concrete girder alternative. ONLY ONE ALTERNATIVE IS TO BE INCLUDED IN THE BID PROPOSAL BY THE CONTRACTOR. PROVIDING BIDS FOR THE TWO ALTERNATIVES MAY BE GROUNDS FOR REJECTING ONE OR BOTH ALTERNATIVES OF THE BID.  Taylorsville Road Bridge (I-95 over Taylorsville Rd) in Pennsylvania, is the replacement of an existing bridge with dual 103-foot long, single-span steel girder bridges, a southbound structure and a northbound structure, that carries I-95 traffic over Taylorsville

1 Contract No. T-668A

DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION EXECUTIVE OFFICES 2492 RIVER ROAD NEW HOPE, PENNSYLVANIA 18938-9519

Road. These structures will be supported by integral abutments wrapped by mechanically stabilized earth (MSE) walls.  Delaware Canal Bridge (I-95 over Delaware Canal) is the replacement of an existing bridge with a new 113 foot long, single-span pre-stressed concrete girder dual structures: a southbound structure, and a northbound structure that carries I-95 over the Delaware Canal. These structures are supported by integral abutments wrapped by mechanically stabilized earth (MSE) walls.  A pedestrian/bicycle facility that will provide pedestrian/bicycle access across the Delaware River on the southbound structure of the MRB. This shared-use facility will connect the Delaware Canal towpath in Pennsylvania, via Woodside Road, to the Delaware and Raritan Canal towpath in New Jersey.  A Pennsylvania pedestrian/bicycle facility approach Ramp Structure (PA Bike/Ped Bridge) will connect the shared—use facility from the I-95 MRB to Woodside Road near the Delaware Canal. It consists of five spans, with the total length of about 350 feet.  A Bridge Monitor /All Electronic Tolling Facility (BM/AET Facility) near the proposed I- 95 Pennsylvania abutment. The BM/AET facility will be a four (4)-story building with one side of the building contiguous with the retaining wall of I-95 southbound retained fill section.  New utility connections to the BM/AET Building from Taylorsville Road and River Road.  Two (2) gantry structures for the All Electronic Tolling (AET) equipment located in front of the BM/AET building, and over the I-95 southbound lanes only. The gantry structures will be 31feet apart with a maintenance catwalk between the two, which will provide access to the building roof top for maintenance of the AET equipment; Overhead signage will be mounted on the leading gantry.  Seven (7) MSE retaining walls with a total length of approximately of 5,800 feet with a maximum fill height of 38 feet.  Twelve (12) new sign structures along southbound and northbound of Route I-95: Nine (9) cantilever sign structures and three (3) overhead sign structures.  Widening of I-95 from two lanes to three lanes in each direction by adding full-width outside shoulders, and a lane and widened shoulder to the inside of each of the southbound and northbound directions that will be separated by a retaining wall.  Jacking and boring 84” and 42” pipe culverts underneath existing I-95 embankment.  In addition to replacing the existing ITS facilities, an empty ITS conduit is proposed to be installed under the Main River Bridge and in the approached bridge parapet to be used in future.  New traffic signal infrastructure will be installed at the proposed Taylorsville Road/ Woodside Road intersection to replace the existing; two (2) new signalized intersections will be constructed at the bottom of Ramp DA and Ramp PA on Taylorsville Road. The three (3) signalized intersections will operate in a coordinated system with each other to manage the flow of traffic movement along Taylorsville Road.  Noise walls east of Taylorsville Road along I-95 over the Delaware Canal Bridge and portions of the Main River Bridge.

2 Contract No. T-668A

DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION EXECUTIVE OFFICES 2492 RIVER ROAD NEW HOPE, PENNSYLVANIA 18938-9519

 Construction of a wetland mitigation site bounded by I-95, Woodside Road and River Road (S.R. 0032).

On the New Jersey side:

 Replacement of the existing MRB approach structure with new, two-span variable width steel structures: a southbound structure and a northbound structure, approximately 225 feet long, which carries I-95 over Route 29 NB, D&R Canal and NJ Route 175.  New Ramp C Bridge over Route 29 NB, D&R Canal and NJ Route 175, which is a two- span steel curved-girder bridge approximately 182 feet long and 32 feet wide.  New Ramp G Bridge over Route 29 NB, D&R Canal and NJ Route 175, which is a three- span steel curved-girder bridge approximately 301 feet long and 32 feet wide.  New Jersey Pedestrian/Bicycle Facility Approach Ramp Structure and Retaining Walls (NJ Ped/Bike Ramp), which consists of a four-span steel curved-girder bridge with a total length of 255 feet from the southbound MRB; and, an approximately 1,311 foot long ramp that varies between fill and cut sections, and runs parallel to Route 29 southbound and eventually ties into the Delaware & Raritan Canal towpath. The ramp includes retained– fill sections with back to back walls, a wall on the river side only, and a wall adjacent to Route 29 only. The total length of the Pedestrian/Bicycle NJ Approach Ramp (bridge and retained sections) is about 1,566 feet.  Two (2) ground-mounted noise walls that vary in height from 10 to 20 feet. Total length of noise walls is about 2,463 feet.  Eight (8) MSE Retaining Walls. The total length of these walls is approximately 4,572 feet with a maximum 40 feet of fill and 8 feet of cut height.  Twelve (12) proposed sign structures: Five (5) Cantilever structures and Seven (7) Overhead structures.  Construction of two (2) new traffic roundabouts: a southern roundabout and a northern roundabout to provide connections between I-95 and NJ Route 29.  Relocation of the existing NJDOT ITS facilities and fiber-optic cable trunk line. The ITS facilities include a Camera Surveillance System (CSS) at Route I-95 northbound milepost 1.0, and Weigh-In-Motion System (WIMS) at I-95 northbound milepost 1.2. The existing fiber-optic cable trunk line is aligned underground in the existing Route I-95 median and connects to the NJDOT Office of Information Technology (OIT) Building adjacent to the I-95 northbound roadway in the vicinity of milepost 1.0.CSS facility and WIMS will be relocated and replaced at their respective milepost locations. The proposed fiber-optic cables and conduits will be installed along the outside berm of the I-95 northbound roadway.  In addition to replacing the existing ITS facilities, an empty ITS multi-duct conduit is proposed to be installed underneath the northbound Main River Bridge deck and underneath the I-95 northbound approach bridge deck, for future use by NJDOT and PennDOT.

3 Contract No. T-668A

DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION EXECUTIVE OFFICES 2492 RIVER ROAD NEW HOPE, PENNSYLVANIA 18938-9519

On both the Pennsylvania and the New Jersey sides:

 Highway Lighting to be provided along I-95 corridor and includes: complete highway lighting at the interchange of I-95 and Taylorsville Road, and Taylorsville Road intersection with Woodside Road; Lighting replacement in-kind at the PennDOT Rest Stop / Weigh Station, as necessary; continuous lighting between the interchanges of I-95 and Taylorsville Road and I-95 and NJ Route 29 across the MRB; complete highway lighting at the I-95 and NJ Route 29 Interchange including high-mast lighting at the two (2) new roundabouts; partial interchange lighting at the I-95 and NJ Route 175 (Upper River Road) interchange.  Low-level Lighting for the pedestrian/bicycle facility connecting the Delaware Canal towpath in Pennsylvania and the Delaware and Raritan Canal towpath in New Jersey; and decorative lighting of the MRB piers.  There are existing utilities conduits on the site that contain ITS, electrical and telephone conduits for PA Welcome Center, Digital Message Sign (DMS), bridge and interchange lighting, and Commission-owned ESS (Electronic Surveillance Detection System) conduit. There are also sewer, water and gas lines and storm drain systems present on the site. There is utility relocation work that has to be performed in Pennsylvania and along Route 175 in New Jersey to relocate some of these facilities that will conflict with the proposed construction, as shown in the plans.  The proposed drainage work involves updating the drainage system with new pipes, inlets, scuppers, manholes, underdrains etc. to accommodate the roadway widening and alignment improvements along I-95 and the flanking Interchanges. The proposed pipes range from 15” to 36” RCP and HDPE and will be constructed to a depth to provide adequate cover. The depth varies from three (3) foot minimum to upwards of ten (10) feet. Minimum depth will be utilized where possible to avoid rock excavation. Two (2) bio- retention basins within the I-95 and Route 29 Interchange and one (1) detention basin near Bear Tavern Road will be constructed to collect and treat runoff.  Soil Erosion and Sediment Control (SESC) measures including inlet filters, hay bales, silt fence, caution fence, riprap and soil stabilization matting will be installed during construction for both temporary and permanent conditions to prevent slope erosion and protect the drainage systems from becoming clogged with sediment. The caution fence will be installed in environmentally sensitive areas.

Each bid must be accompanied by a bid security in the form of a Certified Check or Bid Bond made payable to the Delaware River Joint Toll Bridge Commission in the sum of ten percent (10%) of the Total Bid Amount. If the Bidder is awarded the Contract and the Bidder fails to execute the Contract, furnish the performance and payment bonds or insurance certificates required within 10 calendar days, the Bidder agrees to forfeit to the Commission, as liquidated damages and not as a penalty, the difference, not to exceed the amount of this bid security, between the amount specified in this bid and such larger amount for which the Commission may in good faith contract with

4 Contract No. T-668A

DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION EXECUTIVE OFFICES 2492 RIVER ROAD NEW HOPE, PENNSYLVANIA 18938-9519

another party to perform the work covered by this bid; otherwise, the bid security will be returned to the Bidder.

Beginning Tuesday, September 13, 2016 the Contract Documents may be examined at the Commission headquarters in the Administration Building, 110 Wood and Grove Streets, Morrisville, Pennsylvania 19067, where a USB flash drive containing electronic copies of the Contract Documents may be obtained with a money order or company check in the amount of $75.00, which is not refundable.

Bidders are required to be prequalified. The prime contractor and subcontractors must be prequalified by the Pennsylvania Department of Transportation in accordance with Section 102.01 of the Pennsylvania Department of Transportation Specifications Publication 408 dated 2016 or the New Jersey Department of Transportation in accordance with the latest edition of the New Jersey Department of Transportation Standard Specifications for Road and Bridge Construction, Section 102.01. In order to be considered the prime contractor, he or she must perform the largest percentage of the work (minimum 40% of the work except items designated as specialty items) and must be prequalified in the items of work he or she will be performing.

The Prime Contractor and/or Subcontractor must be prequalified by PennDOT as a PennDOT Contractor and/ or by NJDOT as a NJDOT Contractor and the Prime Contractor/Subcontractor(s) must be additionally prequalified in the following PennDOT Work Classifications: A, C, C1, C3, E, F, H, H1, J, J1, J2, K, M, M2, M3,O, O1, P, P3, Q, R, R1, S1, S2, S4, S5, S7, S9, T1, T3, T4, T5, T7, T8, T9, U, U1, V1 and V2 or the following NJDOT Work Classifications: 4K, 4L, 4M, 4O, 4Q, 4R, 4S, 5, 6, 6B, 6E, 8A, 8C, 9J, 9V, 13, 15, 16, 17, 18, 21, 22, 24, 25, 28, 33 and 35. For these additional pre-qualifications the Prime Contractor and Subcontractors must be prequalified in the items of work they will be performing

Evidence of all specified prequalification certifications must accompany the bid.

The following are the Specialty Items in this contract:

ITS Conduit, Type A Virtual Weigh Station Camera Camera Controller Camera Fiber Optic Cable Type A Fiber Optic Cable Type B Fiber Optic Cable Type F Controller, WIM Controller Cabinet Type P-TMS WIM Roadway Devices 4 Lanes Wireless Link 5 Contract No. T-668A

DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION EXECUTIVE OFFICES 2492 RIVER ROAD NEW HOPE, PENNSYLVANIA 18938-9519

ITS integration Control Center System, STMC Control Center System, TOCS Node Above ground highway lighting items. Above ground sign lighting items. Above and below bridge deck and pier lighting items. Electrical wire items. Dynamic Pile Load Testing Prestressed Concrete Spliced Girder Bridge Construction Building Construction Acrylic Noise Walls Metallic Noise Wall

Bidders shall also certify compliance with the requirements of the Affirmative Action Program of the Commission.

Documents showing proof of being duly authorized to do business in the Commonwealth of Pennsylvania and/or the State of New Jersey must accompany the bid.

The Commission has implemented a program for the utilization of certified Identified Business Enterprise (IBE) contractors, subcontractors, and suppliers. The program in effect for this contract is an IBE target of 25% as detailed in the Specifications. In addition, a Responsible Contractor certification is required to be submitted with the bid also as detailed in the Specifications.

Potential Bidders may have an officer or an authorized representative of their company attend a Pre-Bid Conference at 10:00 AM, Tuesday, September 27, 2016 at the West Trenton Volunteer Fire House located at 40 Upper Ferry Road, West Trenton, NJ.

All questions about the meaning or intent of the Contract Documents shall be directed, in writing, to Roy W. Little, P.E., Chief Engineer, Delaware River Joint Toll Bridge Commission, Administration Building, 110 Wood and Grove Streets, Morrisville, PA 19067, Attention: Kevin M. Skeels, P.E. Assistant Chief Engineer. Inquiries by email are acceptable. Email inquiries are to be directed to Kevin M. Skeels, P.E. Assistant Chief Engineer ([email protected]) with a copy to Roy Little, P.E. Chief Engineer ([email protected]) and Ronald F. Mieszkowski, P.E. Program Manager – Structures ([email protected]). Written questions received later than 4:00PM, Tuesday, October 25, 2016 will not be answered. Replies will be issued only by Addenda, which will be posted on the Commission’s website, mailed or delivered no later than Tuesday, November 1, 2016 to all parties recorded by the Engineer as having received the Bidding Documents. Only questions answered by formal written clarifications will be binding. Oral and other interpretations or clarifications will be without legal effect. No oral questions will be accepted, all questions must be in writing. All inquiries during the bidding period should be

6 Contract No. T-668A

DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION EXECUTIVE OFFICES 2492 RIVER ROAD NEW HOPE, PENNSYLVANIA 18938-9519

addressed as mentioned above and reference Contract No. T-668A, Capital Project 0301A, Scudder Falls Bridge Replacement Project.

Bidders must comply with all the above requirements in order to submit a proposal for this contract.

This project requires a designated Traffic Control Coordinator (TCC). The Contractor is directed to review the training requirements for and duties and responsibilities of the TCC in the Special Provisions.

The Commission is contemplating the use of a Project Labor Agreement (PLA) for this Contract. A final decision as to the inclusion of a PLA has not yet been made. However, if the decision is made to utilize a PLA, such notice will be issued by October 1, 2016 and the terms, conditions, requirements, and obligation of the Contractor under the PLA will be issued via addendum.

The Commission is contemplating the use of an Owner Controlled Insurance Program (OCIP) for this Contract. A final decision as to the inclusion of an OCIP has not yet been made. However, if the decision is made to utilize an OCIP, such notice will be issued by October 1, 2016 and the terms, conditions, and requirements of the OCIP will be issued via addendum.

The Commission reserves the right to waive any informalities in the bids received; to reject any or all bids; to retain the bids for a period up to ninety (90) days after receipt of the bids prior to making award; and to award the contract only to those experienced in this class of work, and to the lowest responsible bidder whose proposal is deemed by the Commission to be the most advantageous to the public interest. DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION

7 Contract No. T-668A