Margin Street Pump Station Protection

Location: Rhode Island
Posted: Oct 23, 2025
Due: Nov 20, 2025
Agency: Town of Westerly
Type of Government: State & Local
Category:
  • 43 - Pumps and Compressors
  • Z - Maintenance, Repair or Alteration of Real Property
Solicitation No: 26-28
Publication URL: To access bid details, please log in.
Bid Number: 26-28
Bid Title: Margin Street Pump Station Protection
Category: Construction Services
Status: Open
Publication Date/Time:
10/23/2025 1:15 PM
Closing Date/Time:
11/20/2025 2:00 PM
Related Documents:

Attachment Preview

TOWN OF WESTERLY / WESTERLY PUBLIC SCHOOLS
REQUEST FOR PROPOSAL
RFP 26-28
MARGIN STREET PUMP STATION PROTECTION
THIS PROJECT IS FUNDED BY A FEDERAL GRANT
October 23, 2025
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, Attachment B, NO
LATER THAN 2:00 p.m., EST, November 20, 2025. A Bid submitted on other than the attached
BID BREAKDOWN FORM may be rejected. All bids will be opened publicly 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 and a Digital
(soft) copy on 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 12:00 p.m., EST, November 12, 2025, 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.
MANDATORY PRE-BID MEETING
A mandatory pre-bid meeting will be held at the 23-41 Margin Street property on Monday,
November, 3, 2025 at 1:00 p.m. EST.
NOTE: No Bidders questions will be answered during the pre-bid meeting. 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 120 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 one original and a DIGITAL copy of the Bid
on Flash or Zip drive.
12. Ten percent (10%) MBE/WBE participation is required.
13. 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 Federal & State Requirements
APPENDIX B Evaluation and Selection Criteria
APPENDIX C RI MBE Utilization Plan
APPENDIX D Drawings
RFP 1-3
A 1-5
B 1-4
C 1-5
D-1
E-1
F-1
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. This is an evaluated bid and will not be
awarded solely on price. See Appendix B for Evaluation and Selection criteria.
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
MARGIN STREET PUMP STATION PROTECTION
RFP Number: 26-28
A) SCOPE OF WORK
Description of Project:
The Town of Westerly (hereinafter referred to as “the Town”) is seeking bid proposals
from qualified Contractors to design and construct flood resiliency walls to protect the
Margin Street pump station from potential 100-year flood waters related to the existing
surrounding elevations and proximity to the Pawcatuck River. The introduction of flood
waters into the station would cause tremendous strain on the pumps which could lead to
their failure or inability to keep up with demand. Failure of the pumps would allow the well
levels to rise which could cause a sanitary sewer overflow (SSO). Due to the location of
the pump station, an SSO could lead to sanitary sewage flowing directly into the
Pawcatuck River.
The Margin Street pump station is located at 23-41 Margin Street. The property contains
the sanitary sewer pump station and associated infrastructure, a vacant building
previously used during former on-site marina operations, an above-ground radio tower,
an asphalt-paved driveway, an unimproved gravel parking lot, and wetlands. Most of the
property is located within the Federal Emergency Management Agency (FEMA) mapped
100-year Flood Plain, with the remaining eastern portion of the property located within the
FEMA 500-year Flood Plain. A FEMA Flood Insurance Rate Map (FIRMette) and a
property survey plan dated November 2023 are provided as attachments to this
document. Existing site features and the approximate extents of regulated areas are
displayed on the survey plan.
The scope of work under this contract requires design by a professional engineer
registered in the State of Rhode Island; permitting application preparation, submission
and receipt of approval(s) through the Rhode Island Department of Environmental
Management (RIDEM) and/or the Coastal Resources Management Council (CRMC); and,
construction of the barrier wall around the perimeter of the pump station and any other
design requirements. The barrier wall shall protect the pump station against damage up
to a water surface elevation that is three feet (3-feet) above the 100-year flood elevation
as recommended by TR-16 for critical equipment. The work includes, but is not
necessarily limited to, design activities including technical site plan preparation,
construction bid document preparation, any required permitting, and construction
A-1
TOWN OF WESTERLY
ATTACHMENT A
activities including excavation, demolition, procurement of materials, and installation. Any
proposed designs shall not affect operations or traffic flow on the property.
Innovative approaches to the scope of work may be proposed and included in the
proposal for flood protection. Use of an innovative approach shall not affect construction
completion date. All applications submitted shall include detailed construction plans for
the scope of work. If the scope of work is altered and if required by RIDEM, RI
Infrastructure Bank, or any other applicable agencies, Bidder shall be responsible for any
additional permitting and/or approvals. Depending on the alternate approach proposed
for pump station flood protection, RIDEM/CRMC may require a revised wetlands
application. If the proposed design approach presents a difference in operations,
maintenance, life expectancy, or other applicable monetary and/or non-monetary factors,
Bidder shall explicitly detail the differences and include any applicable cost information.
The Town 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 evaluated bid deemed most
favorable to the interest of the Town.
A Phase II subsurface site investigation was conducted by GZA GeoEnvironmental, Inc.
(GZA) at the 23-41 Margin Street property in March 2023 as part of a Targeted Brownfield
Assessment (TBA), documented in a Site Investigation Report (SIR) dated June 2023.
Laboratory analysis of shallow soil samples collected throughout the property detected
metals and polyaromatic hydrocarbons (PAHs) at concentrations that exceeded the
RIDEM Direct Exposure Criteria and/or Leachability Criteria. The Contractor’s bid
proposal submitted to the Town shall account for costs associated with encountering any
polluted soils during the project, including but not necessarily limited to excavation,
stockpiling, covering/capping, sampling and laboratory testing, and off-site disposal. GZA
prepared a Remedial Action Work Plan (RAWP) for the property in August 2023. Copies
of the SIR and RAWP can be provided upon request.
Work under this Contract shall meet the following criteria:
1) Provide wall to protect pump station and critical site equipment/infrastructure from
flood waters/Pawcatuck River up to an elevation of the base flood elevation (BFE)
plus 3-feet. The proposed floodwall shall not interfere with existing on-site
operation or traffic flow. Alternate solutions proposed that do not include
construction of a concrete floodwall shall provide flood protection of the pump
station and site infrastructure from flood waters/Pawcatuck River up to an elevation
of the site-specific BFE plus 3-feet.
A-2
This is the opportunity summary page. It provides an overview of this opportunity and a preview of the attached documentation.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...BID # DESCRIPTION DEPARTMENT DATE DUE 5654 Combined Dispatch Area Construction Police/Fire Department ...

City of Woonsocket

Bid Due: 10/02/2041

...IFB for Manton Heights Early Education Learning Center Construction - 11.19.25 Due Date ...

Providence Housing Authority

Bid Due: 1/06/2026

...Follow Construction-NUWCDIVNPT B6 Dock Leveling Project Active Contract Opportunity Notice ID... SERVICE BUILDINGS ...

DEPT OF DEFENSE

Bid Due: 1/05/2026

...of the existing facility or construction of a new facility in a new ...

State Government of Rhode Island

Bid Due: 12/09/2025

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only for convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.