← Back to Millcreek

Document Millcreek_doc_77a148841d

Full Text

Invitation to Bid 00 11 16 -1 00 11 16 Invitation to Bid PART 1 GENERAL 1.1 CONSTRUCTION CONTRACT A. Bidders are invited to bid on the Construction Contract titled: City Center Power Relocation DesignCity Center Power Relocation Project Project No. ENG 22-17-3 B. For information about the award of this Construction Contract will be posted on the State of Utah’s electronic procurement system (SciQuest), or by contacting Millcreek Public Works Frederick W. Lutze, P.E. at (801) 214-2700. 1.2 DESCRIPTION OF WORK A. The location of the work is: 3300 South between Highland Drive to Richmond St (1300 East). B. The work to be performed consists of furnishing and installing the equipment, facilities, services and appurtenances thereto as included in the Contract Documents. Items of work are as follows: Installation of electrical power lines, switch gears, and power vaults. C. Before submitting Bid, Bidders shall carefully examine the Drawings; read the Specifications; read all other Contract Documents; shall visit the Site of the Work; shall fully inform themselves as to all the existing conditions and limitations thereof; and shall include in the Bid a sum to cover the cost of all items included in the Contract. No allowance will be made because of lack of such examination or knowledge. 1.3 BIDDERS' QUALIFICATION A. Bidders are required to be qualified for this Project by and must demonstratinge that they are a current Rocky Mountain Approved Contractor for Civil/Highway work. List RMP references with name, phone number, and email address. [ ] are not required to be qualified for this Project. 1.4 BASIS OF BIDS A. Bids shall be on a unit price basis. Unsealed or segregated Bids will not be accepted. ADDENDUM #1 ---PAGE BREAK--- 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, Thursday, January 19th 2, 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 #1 ---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 DesignCity 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 $ 34 01 71 13 Mobilization and Demobilization (10% Max.) 1 Lump Sum $ $ 45 01 71 23 Construction Layout 1 Lump Sum $ $ ADDENDUM #1 ---PAGE BREAK--- Bid Schedule 00 43 00 - 2 65 SWEEPS Fiberglass per RMP Standards01 71 34 Construction Surveying 1 Lump Sum1 Lump Sum 7 4 INCH CONDUIT(BORE) 87 Linear Feet $ $ 8 6 INCH CONDUITS (BORE) RMP UNDERGROUND CONDUIT SYSTEMS 960 Linear Feet $ $ 97 6 INCH CONDUITS (OPEN CUT) RMP UNDERGROUND CONDUIT SYSTEMS(1) 6 INCH CONDUITS RMP UNDERGROUND CONDUIT SYSTEMS 888 Linear Feet1340 Linear Feet 108 POWER VAULT (7’X12’ SLEEVE AND RISER) RMP UNDERGROUND CONDUIT SYSTEMS(2) 6 INCH CONDUITS RMP UNDERGROUND CONDUIT SYSTEMS 4 Each355 Linear Feet 119 31 23 16 Pothole Existing UtilityPOWER VAULT (7’X12’ SLEEVE AND RISER) RMP UNDERGROUND CONDUIT SYSTEMS 24 Each5 Each 121 0 CLASS 3000 CONCRETE BOLLARDS31 23 16 Pothole Existing Utility 2 Each12 Each 12 11 Re-Establishment of Existing Surface Features CLASS 3000 CONCRETE BOLLARDS 1 Lump Sum2 Each S$ S$ D. Summary: 1. Base Bid: ADDENDUM #1 ---PAGE BREAK--- Bid Schedule 00 43 00 - 3 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. Progress Schedule a. APWA Standard Specification Reference: APWA 01 57 00. b. Measurement: Lump Sum. c. Payment Covers: all costs associated with preparation and submittal of a construction progress schedule for Engineer’s use in determining if WORK can be Substantially Complete within the Contract Time. Also, costs associated with updating the progress schedule as required as Work progresses. 2.1. 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 including, but not limited to barriers, signs, electronic message boards, warning devices, flaggers, temporary striping, and cleaning roads to maintain a clean condition with no accumulation of dirt, debris or other foreign objects. Bid item also includes maintenance and removal of all temporary traffic control devices upon completion of a traffic control plan. d. Payment also includes all labor, materials, and equipment required to maintain safe pedestrian access through the project area during construction including but not limited to signage, warning devices, safety fencing. Coordination with local school district is required when school safe passage routes are impacted. Coordination with businesses is required when pedestrian access is affected. e. Payment also includes all labor, materials, and equipment required to maintain business access through the project area during construction including but not limited to any materials required to provide continuous access, business access signage, warning, and directional devices. 3.2. Temporary Controls a. APWA Standard Specification Reference: APWA 01 57 00. ADDENDUM #1 ---PAGE BREAK--- Bid Schedule 00 43 00 - 4 b. Measurement: Lump Sum. c. Payment Covers: All surface and subsurface temporary environmental controls and removal thereof at the construction site and related areas including, but not limited to temporary fencing, dewatering, stockpiling native material for reuse, inlet protection, and preparation and implementation of 3. Dewatering a. APWA Standard Specification Reference: APWA 31 23 16. b. Measurement: Days. c. Payment Covers: Keeping all surfaces free from surface and ground water. Dewatering excavations sites, the verification of the contaminates in the water, and disposal, if necessary, any damage related to dewatering. 4. Mobilization and Demobilization (10% Max) a. APWA Standard Specification Reference: APWA 01 71 13. b. Measurement: Lump Sum. c. Payment Covers: Cost of mobilization, temporary facilities, modifying and maintaining project sponsorship signs, pothole existing utilities, project site pre-construction video tape, and all necessary permits from Millcreek, the Utah Department of Transportation, Salt Lake City Public Utilities, Mt. Olympus Improvement District, and other applicable entities. d. The lump sum cost of Mobilization and Demobilization shall not exceed 10% of the total base bid. Any bid proposal that contains a bid for mobilization and demobilization greater than 10% of the total bid may be deemed unresponsive. e. Partial payments will be as follows: Partial Payment Amount When Paid 1st 25 percent of mobilization or 2.5 percent of original contract amount, whichever is less. With 1st estimate 2nd 25 percent of mobilization or 2.5 percent of original contract amount, whichever is less. With 1st estimate following completion of 5 percent of contract. 3rd 25 percent of mobilization or 2.5 percent of original contract amount, whichever is less. With 1st estimate following completion of 10 percent of contract ADDENDUM #1 ---PAGE BREAK--- Bid Schedule 00 43 00 - 5 4th 25 percent of mobilization or 2.5 percent of original contract amount, whichever is less. With 1st estimate following completion of 20 percent of contract 5. Construction Layout a. APWA Standard Specification Reference: APWA 01 71 23. b. Measurement: Lump Sum. c. Payment Covers: All costs for labor, materials, equipment, and appurtenances required to conduct construction surveying and staking as required within the limits of construction as shown on the project plans. d. Survey work to determine excavation quantities by a licensed professional measured on a cubic yard basis for acceptable excavated material is included in this pay item. The in-place volume of materials as computed by the average end areas shall be determined and computations submitted to the Engineer. 6. SWEEPS a. Standard Specification Reference: RMP UNDERGROUND CONDUIT SYSTEMS. b. Measurement: Lump Sum. c. Payment Covers: All cost of labor, materials, equipment, and appurtenances required to demolish. All cost of permits, conduits, open cut trench, bore, removal, and re-establishment of existing surface features. All associated costs to install. 7. 4 INCH CONDUITS (BORE) a. Standard Specification Reference: RMP UNDERGROUND CONDUIT SYSTEMS. b. Measurement: Linear Feet. c. Payment Covers: All cost of labor, materials, equipment, and appurtenances required to demolish. All cost of permits, conduits, open cut trench, bore, removal, and re-establishment of existing surface features. All associated costs to install. 6.8. 6 INCH CONDUITS (BORE) a. Standard Specification Reference: RMP UNDERGROUND CONDUIT SYSTEMS. b. Measurement: Linear Feet. c. Payment Covers: All cost of labor, materials, equipment, and appurtenances required to demolish. All cost of permits, conduits, open cut trench, bore, removal, and re-establishment of existing surface features. All associated costs to install. ADDENDUM #1 ---PAGE BREAK--- Bid Schedule 00 43 00 - 6 7.9. (12) 6 INCH CONDUITS (OPEN CUT) a. Standard Specification Reference: RMP UNDERGROUND CONDUIT SYSTEMS. b. Measurement: Linear Feet. c. Payment Covers: All cost of labor, materials, equipment, and appurtenances required to demolish. All cost of permits, conduits, open cut trench, bore, removal, and re-establishment of existing surface features. All associated costs to install. 8.10. POWER VAULT (7’X12’ SLEEVE AND RISER) a. Standard Specification Reference: RMP UNDERGROUND CONDUIT SYSTEMS. b. Measurement: Each. c. Payment Covers: All cost of labor, materials, equipment and appurtenances required to demolish. All cost of permits, conduits, open cut trench, bore, removal, and re-establishment of existing surface features. All associated costs to install. 9.11. Pothole Existing Utility a. APWA Standard Specification Reference: APWA 31 23 16 b. Measurement: Each, as directed by Owner, Engineer. c. Payment Covers: All cost of labor, materials, equipment and appurtenances required to pothole existing utilities to determine location and depth via an approved non-destructive method. Coordination with utility owners/representatives shall be considered part of this item. 10.12. CLASS 3000 CONCRETE BOLLARDS a. Standard Specification Reference: APWA 03 30 04 b. Measurement: Each. c. Payment Covers: All cost of labor, materials, equipment, and appurtenances required to demolish. All cost of permits, conduits, open cut trench, bore, removal, and re-establishment of existing surface features. All associated costs to install. 13. Re-Establishment of Existing Surface Features a. Standard Specification Reference: APWA 03 30 04 b. Measurement: Lump Sum. c. Payment Covers: All cost of labor, materials, equipment, and appurtenances required to demolish. All cost of permits, conduits, open cut trench, bore, removal, and re-establishment of existing surface features. All associated costs to install. ADDENDUM #1