UAF Combined Heat & Power Replacement (CPHR)

Size: px
Start display at page:

Download "UAF Combined Heat & Power Replacement (CPHR)"

Transcription

1 davis JV UAF Combined Heat & Power Replacement (CPHR) REQUEST FOR BIDS Limited 2015 Mechanical Scope PROPOSALS DUE: THURSDAY JULY 2 ND, :00PM LOCAL ALASKA TIME Submit to: Haskell Corporation /Davis Constructors Joint Venture Page 1 of 7

2 REQUEST FOR BIDS Haskell Corporation/ Davis Constructors Joint Venture (HDJV) as Construction Manager At Risk for the UAF Combined Heat & Power Replacement project is seeking bids from interested and qualified contractors for the Limited 2015 Mechanical Scope portion of this project. Project: The University of Alaska Fairbanks (UAF) CPHR will consist of Constructing a new boiler house immediately East of the existing Atkinson Power Plant. The boiler will consist of a single coal fired B&W boiler rated at 240 KBTU/hr providing steam and electrical generation. In addition to the main boiler building the CM@R will be constructing support buildings for combustion material deliveries and ash handling. The existing Atkinson plant will remain in its entirety for redundant purposes and the existing rail infrastructure will be upgraded to accommodate future coal deliveries. Infrastructure will be constructed to intertie the existing facilities and the new capacity of the CPHR. Bid Package: This bid package and project phase shall consist of but not necessarily limited to: Upgrades to the existing Utilidor H East steam lines and installation of a new forced main. More specifically, this scope of work is to include but is not limited to providing the labor, equipment, materials, shipping, management to provide the following: 1. Removal and replacement of utilidor concrete lid for piping access. a. Excavation to expose utilidor at one location by others 2. Abatement of steamline insulation required for upgrades 3. Steamline upgrades indicated in drawings and UAF addendum #1 4. Installation of new piping as indicated. a. Note new force main is to be Copper. b. Scope includes work required to tie into existing lift system 5. Traffic or access control to utilidor opening 6. Confined space safety and permit requirements Exclude: - Selection Process and Basis for Award: Bids will be evaluated based on price. The work shall include all labor, materials, equipment, and services necessary to perform all tasks and to complete this phase of work. Additional consideration will be given to Bidders with experience in utilidor construction. This proposal is not intended to obligate Haskell/Davis or UAF for the balance of plant Mechanical contract on the CPHR project. Bid Documents: The Bid documents will be available electronically at The Davis Constructors & Engineers FTP site: Only registered holders will receive addenda to the RFB. Submittal Deadline: Bids must be received by Haskell/Davis by 2:00 p.m., local time (AKDT), July 2, 2015 at the address listed below. Any proposal not received by that date and time will not be considered. ed bids will be accepted by jed@davisconstructors.com Page 2 of 7

3 Construction Manager: Haskell/Davis JV 6591 A St. Suite 300 Anchorage, AK Attn: Jed Shandy Sr. Project Manager Phone: (907) Fax: (907) Bid Opening: Bids will not be opened publicly. HDJV will forward all bids to UAF with recommendations, for review and approval. Interviews will be scheduled if necessary to review the bids deemed to be within the competitive range. HDJV reserves the right to reject any and all bids, in whole or in part, and to waive any informality therein. Award: Award shall be made to the bid considered to be most advantageous to the Owner. Past performance, current workload, ability to perform the work, and price will all be evaluated. Note to Bidders: Facsimiles, or electronic submissions will be accepted; Interpretation of Documents: If a prospective Bidder is in doubt as to the true meaning of any part of the documents, questions should be directed to Jed Shandy at (907) phone, (907) fax, or to jed@davisconstructors.com For an interpretation of the documents, the party submitting the request will be responsible for prompt requests with sufficient time for receipt of reply before the date and time specified for bid opening. Any explanation or interpretation will be made in the form of an addendum to the documents and shall be supplied to all Bidders. Questions received less than three (3) days before bid opening, may or may not be responded to and/or addenda issued in response. Project Schedule: A project schedule is still in development for this project. Generally the 2015 scope of the project consists of soil stabilization efforts and excavation to subgrade for installation of foundations in early Schedule: Due to the extremely short timeline available for soil stabilization efforts in the 2015 season it is HDJV s intention to award promptly and have the winning Bidder mobilize to site on or about the 15 th of July Site Visit: A site visit may be scheduled prior to the RFB due date by contacting Jed Shandy at address above. RFB Documents: Copies of this RFB and Plans and Specifications are available at: Electronic copies: Davis FTP site: OR Plans and RFB available on disk by request Contact Darla Hall at Haskell/Davis Joint Venture. is an equal opportunity employer. We encourage contractors to solicit services and/or goods from certified minority and/or women owned business enterprises. Page 3 of 7

4 INSTRUCTION TO BIDDERS Your proposal shall include the following: 1. Attached Bid Form. Bidder MUST use this Bid Form. Bidder s standard letter or proposal form may be included in addition to the Bid Form if necessary for clarification purposes only. 2. Outline, Schedule and/or Narrative to briefly describe methods, crew size, facilities, and schedules used to accomplish this work. Please address any schedule considerations in relation to the proposed schedule. Please indicate any specific inclusions, exclusions or allowances in your bid. BID JOB ACCORDINGLY: 1. Proposal should represent a guaranteed maximum price for the scope of work proposed. 2. Bid Documents are in varying stages of development. Drawings indicated to receive an engineers stamp are approximately 95% complete. Drawings included as For informational use only are intended to indicate the future design effort. Should the drawings and/or specifications be incomplete or ambiguous regarding work scope, please request clarification. We expect all bids to include items of work that may not be shown or specified, but could reasonably be considered an integral part of the work scope. We require guaranteed maximum price proposals. Guaranteed maximum price will be broken into two parts. One for the stamped drawings that will be performed in the 2015 work season and a second for the completion of the project scope to be performed in 2016 and Award and NTP is anticipated to be issued by the Owner by June 23rd, Substantial completion is June 30, The methods and schedules used to accomplish the work are the responsibility of the subcontractor. Extended hours and additional shifting shall be included in your bid, if required, to ensure that schedules are met. Please refer to the specifications for limitations on working hours. 5. Executed subcontracts will be required to be received no later than 15 days upon receipt of a Notice of Award to subcontractor. 6. BIDDER'S attention is directed to Division 1 General Requirements. Subcontractors, sub tier subcontractors and suppliers will be bound by terms and conditions of the contract between Owner and General Contractor. 7. Bids a. The Bidder may mail or bids to the address on the bid form or to Jed Shandy b. Late submittals will not be considered and will be returned to the Bidder unopened. c. Proposals must be submitted in a envelope or package bearing the Bidder s name and address, with the RFB designation clearly marked on the outside if mailed. Proposals will be accepted via transmittal by telefax, facsimile, or other electronic communication equipment. d. Submittals must show the full firm name and address of the Bidder. The Bidder s firm name should appear on each page of the proposal. e. All material submitted will become the property of Haskell/Davis for use in its discretion. Page 4 of 7

5 f. Authorized signatures are required. Submittals must be signed by an individual authorized to bind the Bidder to its provisions. The person signing must show title and/or evidence of authority to bind the firm in contract. 8. HDJV will require (6) hard copies and (1) Electronic copy of all shop drawings and other required submittals. 9. Executed purchase orders or subcontracts will be required to be received no later than 15 days after receipt of a Notice of Award. Subcontractors, sub tier subcontractors and suppliers will be required to sign HDJV s standard subcontract or purchase order without modification. To obtain a standard subcontract or purchase order for review prior to bidding, contact our office. Questions regarding subcontract or purchase order terms may be directed to Darla Hall, phone, fax, or to darla@davisconstructors.com 10. Bids shall remain subject to acceptance for 60 days, unless otherwise stated, after the day of Bid opening. Bids shall not contain escalation clauses for the period of acceptance. 11. HDJV shall not be liable for any cost incurred by a Bidder in response to this RFB or any subsequent requirements related to this RFB. 11. HDJV expressly reserves the right to waive minor informalities or reject all proposals if it deems such actions are in its best interest. "Minor Informalities" means matters of form rather than substance which are evident from the submittal, or are insignificant matters that have a negligible effect on price, quantity, quality, delivery, or contractual conditions and can be waived or corrected without prejudice to other Bidders. 12. Bidders must be in compliance with the statutory requirements for Alaska licensing. If an offer is not in compliance the proposal will not be considered. An Alaska Business License is required of contractors who do business in Alaska and is a prerequisite to acceptance of the Bidder s Proposal and Contract Award. Bidders should be aware of this requirement and are advised that proof of application for an Alaska Business License will satisfy this requirement. If selected, the Bidder shall provide copies of its valid Alaska Business License and Contractor s registration. 13. Bidders are specifically advised that there will not be a contractual relationship between HDJV and the Bidder until the proposal is accepted by the Owner (UAF) and a written agreement is executed between HDJV and UAF and between HDJV and the Bidder. Neither HDJV nor UAF shall be liable for any cost incurred by an Bidder prior to execution of a contract and issuance of a Notice to Proceed. 14. Bidders should read this solicitation carefully and review all instructions herein. Incomplete or incorrect proposals may be rejected as not conforming to the essential requirements of the RFB. Bidders may copy the forms contained in the RFB for use in their proposals, but substitute forms or formats are unacceptable. 15. Reservation of Rights HDJV reserves all its rights including the right to reject all offers and cancel this solicitation. HDJV reserves the right to negotiate with higher price Bidders if HDJV determines that the contractors qualifications, schedule or approach warrant such discussion or it is in the best interest of HGJV or the Owner. Page 5 of 7

6 BID FORM Project: UAF Project #: Bid To: UAF CPHR D12031 CPHR Haskell/Davis Joint Venture 6591 A Street, Suite 300 Anchorage, AK Bid From: 1. The undersigned BIDDER agrees, if this Bid is accepted, to enter into an agreement to perform and furnish the Work as specified or indicated in the Contract Documents for the Bid Price and within the Bid Times indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. In submitting this Bid, BIDDER represents that: a. This Bid will remain subject to acceptance for 60 days, unless otherwise stated, after the day of Bid opening. b. Haskell/Davis has the right to reject this Bid. c. BIDDER will sign and submit the Purchase Order agreement and other documents required by the Bid Documents within 15 days of Notice of Award. d. BIDDER has examined copies of all Contract Documents. e. BIDDER is familiar with all applicable federal, state, and local laws and regulations. f. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and additional examinations investigations, explorations tests, studies and data provided. g. This Bid is genuine and not made in the interest of or on behalf of an undisclosed person, firm or corporation; BIDDER has not directly or indirectly induced or solicited another BIDDER to submit a false Bid; BIDDER has not solicited or induced a person, firm, or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself an advantage over another BIDDER. h. BIDDER has received the following Addenda, of which is hereby acknowledged: Date Number Date Number 3. BIDDER will complete the Work in accordance with the Contract Documents for the following lump sum prices. 4. BIDDER agrees that the Work will be substantially complete on or before the dates or within the number of days as indicated. 5. The Following Documents are attached to and made a condition of this Bid: (a) Required Contractor Qualification Statement. (b) Outline, Schedule or Narrative briefly describing the methods, and schedules used to accomplish this work. SUBMITTED on, 20 By (Firm Name) (Signature of Person Authorized to Sign) (Name of Person Authorized to Sign) Business Address: Phone No: Address: Page 6 of 7

7 Bid Form Page 2 Inclusions / Exclusions / Scope of Work 1. Bidders shall review all drawings and specifications for guidance in preparing their bids. 2. Bidders are encouraged to provide Value Engineering options in the Bid Narratives. 3. Haskell/Davis JV will obtain necessary building and grading permits. BIDDER shall provide all other necessary permits and fees associated with work performed. Bid Item Description Qty Unit Unit Cost Total Cost 1.0 Utilidor Concrete Demo & Replace 1 lsum $ 1.1 Abatement 1 lsum $ 1.2 Steamline upgrades 1 lsum $ 1.3 Force Main Installation 1 lsum $ Total Bid Item 1.0 $ Note: Quantities on Bid Form are for bid clarification only and shall not be measured for payment Page 7 of 7