Full Text
Invitation to Bid 00 11 16 -2 1.5 CONTRACT TIME A. The Work will be Substantially Completed within 60 calendar days after the date of the Notice to Proceed. [ ] a time period to be specified by the Bidder. 1.6 EXAMINATION AND PROCUREMENT OF DOCUMENTS A. Drawings, specifications, and other contract documents may be examined and obtained from the State of Utah’s electronic procurement system or through the Millcreek website at millcreek.us after 4:00 P.M., the 22nd day of December 2022. 1.7 PRE-BID CONFERENCE A. A pre-bid conference [ X ] will not be held. 1.8 BID SECURITY A. Bid Security in the amount of at least 5 percent of the Bid must accompany each Bid in accordance with the Instructions to Bidders. Bid Security will be returned to each unsuccessful Bidder after tabulation and award of the Construction Contract. 1.9 BID OPENING AND LOCATION A. Sealed bids will be received at Millcreek City Offices, 3330 South 1300 East, until the time posted of Bid Opening, ThursdayTuesday, January 19th 24th , 2023, at 2:00 P.M. Bids may also be received through the State’s electronic procurement system until the time posted, however Millcreek is not responsible for any electronic submittals that are rejected or improperly uploaded into the electronic system. Bids received after that time will not be accepted. Sealed bids and electronic submittals will be publicly opened and read at the time posted, as established by the clock at the bid opening location. All bids will be calculated and then verified by Millcreek Public Works personnel. Any modifications to the bid will be posted through the State’s electronic procurement system. B. Incomplete bids and/or applications that are rejected by the electronic procurement system will not be eligible for consideration in the selection process. Sealed bids delivered to Millcreek Offices should have the project title and bidder’s information clearly shown on the outside of the envelope. 1.10 RIGHT TO REJECT BIDS A. Millcreek reserves the right to reject any or all bids or to waive any informality or technicality in any bid if deemed by Millcreek to be in the public's best interest. ADDENDUM #2 ---PAGE BREAK--- Bid Information 00 41 00 - 1 00 43 00 Bid Schedule PART 1 GENERAL 1.1 CONSTRUCTION CONTRACT A. Name of Project: ____City Center Power Relocation Project________ B. Project Number: ____ENG 1.2 RELATED REQUIREMENTS A. APWA 01 29 00: Payment Procedure. 1.3 SCHEDULES TO BE ADDED TO THE AGREEMENT A. This Bid Schedule contains the schedules of prices which will be incorporated into the Agreement (Document 00 52 00) by reference. 1.4 PRICES A. B. Base Bid C. Base Bid: Item No. Specification Reference Number Classification of Unit Price Work Quantity Unit Unit Price Amount 1 01 55 26 Traffic Control 1 Lump Sum $ $ 2 01 57 00 Temporary Controls 1 Lump Sum $ $ 3 31 23 16 Dewatering 30 Days S $ 4 01 71 13 Mobilization and Demobilization (10% Max.) 1 Lump Sum $ $ 5 01 71 23 Construction Layout 1 Lump Sum $ $ 6 SWEEPS Fiberglass per RMP Standards 1 Lump Sum $ $ ADDENDUM #2 ---PAGE BREAK--- Bid Schedule 00 43 00 - 2 7 4 INCH CONDUIT(BORE) 8790 Linear Feet $ $ 8 6 INCH CONDUITS (BORE) RMP UNDERGROUND CONDUIT SYSTEMS 960928 Linear Feet $ $ 9 6 INCH CONDUITS (OPEN CUT) RMP UNDERGROUND CONDUIT SYSTEMS 888916 Linear Feet $ $ 10 POWER VAULT (7’X12’ SLEEVE AND RISER) RMP UNDERGROUND CONDUIT SYSTEMS 4 Each $ $ 11 31 23 16 Pothole Existing Utility 24 Each $ $ 12 CLASS 3000 CONCRETE BOLLARDS 2 Each $ $ 12 Re-Establishment of Existing Surface Features 1 Lump Sum S S D. Summary: 1. Base Bid: 2. Base Bid Total in written words: 1.5 UNIT PRICE - MEASUREMENT AND PAYMENT A. Base Bid: Measurement and payment shall include only the work associated with the applicable Bid Schedule in accordance with APWA 01 29 00 as follows: 1. Traffic Control a. APWA Standard Specification Reference: APWA 01 55 26. b. Measurement: Lump Sum. c. Payment Covers: Costs associated with all labor, materials, and equipment required to develop and implement approved traffic control plans in accordance with requirements from Millcreek. Plan must be prepared by a certified to maintain smooth vehicular traffic flow through the project area and designated alternate routes ADDENDUM #2