Access Denied!!!

It appears that you are using a private browser which blocks some scripts necessary for this page to function properly. As a result, you may experience limited functionality or the page may not work at all.

To access this page, please consider using a different browser or switch to the standard version of Firefox.

Thank you for your understanding.

Access Full Project

Publicly Funded

Privately Funded

Bidding Soon

Documents Available

Addenda Available

Post-Bid

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

No Information to Display

December 16, 2024

February 10, 2025

Multiple Locations

Demolition, New Construction, Paving, Site Work

No Information to Display

$200,000.00

Public - City

img_map_placeholder

Multiple Locations, Rosebud, SD

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe to View Full Documents

The Rosebud Sioux Tribe is seeking a highly qualified professional engineering team with appropriate expertise, innovative approaches and multi-disciplinary skill-set to complete the design for the replacements of (1) Yellow Cloud Bridge A030 and (2) Lambert Bridge A031. 1. Yellow Bridge is Located in Todd County on the Rosebud Sioux Tribe Reservation, 2.5 miles North on BIA Route 9 off of US Highway 18, open to the public, two lane gravel traffic. Latitude 43.21.35 and Longitude 100.52.07. 2. Lambert Bridge is located in Todd County on the Rosebud Sioux Tribe Reservation, 4.2 miles Northwest of Rosebud SD on BIA Route 7, open to the public, two lane traffic. Latitude 43.15.47.20 and Longitude 100.55.4.60. The project will replace the Yellow Cloud and Lambert Bridges by completing the plans, specifications and estimates from the South Dakota Standard Specifications of Roads and Bridges 2015 edition. This project is funded under the Tribal Transportation Bridge Program, Federal Highway Administration. Preliminary Engineering Services include but not limited to: 1. Topographic surveys 2. Hydraulic analysis 3. Geotechnical investigation 4. Economic analysis for three (3) construction alternatives 5. Attendance at type, size and location inspection 6. Design of structure 7. Archaeological and environmental permits and reports 8. Coordinate and participate in a plan-in-hand inspection 9. Completion of final construction plans 10. Supplemental technical specifications and engineers estimate 11. Complete right of way acquisition with plats, appraisals, landowner negotiations, signed consent documents and grant of easement documents 12. Detour and approach grade It is anticipated that the alignment of the existing road will not change, and the project will consist of construction of a replacement structure and approach grade with an on-site detour. The detour will be designed with a 24-foot-wide finished top with four inches of aggregate surfacing and a 20 mph design speed. The preliminary design shall be submitted by December 16, 2024 a decision of construction alternative to choose for final design with final design due by end of business day February 10, 2025. Construction Management Services (CMS) include but not limited to: 1. Conduct the advertising for request for construction bids, aide in analyzing bid results, aid in securing bids and furnish a recommendation on award of contract. 2. Ensure completion of project schedule. 3. Track detailed cost estimates for all phases of the project and provide pay estimates. 4. Every two weeks hold construction progress meetings or as dictated by the project. 5. The Construction Engineering Firm will not be allowed to "self-perform" any divisions of the construction work. 6. The Construction Engineering Firm will not be allowed to bid any sections of the construction work. 7. Administer Construction Contract and ensure construction contract requirements are met to include compliance w/environmental commitments, construction specification, safety regulations, meeting project design and requirements. 8. Must provide weekly three-day site visit and coordinate with the RST Transportation Program's two Inspectors, who are on site daily. 9. Oversee Final Inspections 10. Project Close out 11. All other related services that may be requested by the RST Transportation Program are negotiable. Qualified Indian owned firms are encouraged to apply pursuant to Ordinance No. 86-03 to be eligible for Indian preference. Include the 4.5 percent TECRO fee in your budget, failure to do so shall result as a "No Bid." For additional information contact Shannon Brill, Acting TECRO Director, at (605) 747-2322. Tribal Business License. Interested parties may obtain a business license pursuant to Tribal Law and Order Code pursuant to tribal Law and Order Code of Title 11-Tribal Tax Code. For additional information contact the Revenue Office for Whitney Meek, Director, at (605) 747-5045. Right to Reject Any or All. This Invitation for Bids does not commit the Rosebud Sioux Tribe to award a Contract, nor to pay any costs incurred in the preparation of bids or to procure supplies. The Rosebud Sioux Tribe reserves the right to reject any and all bids and to waive any irregularities or to re-advertise when it is in the best interest of the Tribe. Direct Contact. Interested parties may contact Lynda Douville, RST Transportation Director at 605-856-2944, ext. 100 or LaJuanda Stands and Looks Back at 605-856-2301, ext 3 for any additional questions. The method of Contractor Selection has not been Determined at this time.

2 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Subscribe to See All Trade Details

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.