City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion

Size: px
Start display at page:

Download "City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion"

Transcription

1

2 City of Tacoma Tacoma Public Utilities Tacoma Power REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion Submittal Deadline: 11:00 a.m., Pacific Time, Tuesday, April 14, 2015 Submittal Delivery: Sealed submittals will be received and time stamped at this location only: City of Tacoma Procurement and Payables Division Tacoma Public Utilities - Administration Building North, Main Floor 3628 South 35 th Street, Tacoma, WA Submittal Opening: Sealed submittals in response to a RFB will be opened by a Purchasing representative and read aloud during a public bid opening held in Conference Room M-1, located on the main floor in the same building. Submittals in response to an RFP or RFQ are recorded as received but are not typically opened and read aloud. After 1:00 p.m. the day of bid opening, the names of vendors submitting proposals are posted to the website for public viewing. Solicitation Documents: An electronic copy of the complete solicitation documents may be viewed and obtained by accessing the City of Tacoma Purchasing website at Register for the Bid Holders List to receive notices of addenda, questions and answers and related updates. Click here to see a list of vendors registered for this solicitation. Pre-Proposal Meeting: A pre-proposal meeting will be held at 10:00 a.m. on March 25, 2015 in the Nisqually Main Office Conference Room located at Mountain Highway East, LaGrande, WA Project Scope: Provide services for the construction of 5 new sewage treatment cells. Estimate: $400,000 - $475,000 $450,000 - $525,000 Additional Information: Requests for information regarding the specifications may be obtained by contacting Ryan McLaughlin and Joe Parris , or by to rmclaughlin@cityoftacoma.org. Protest Policy: City of Tacoma protest policy, located at specifies procedures for protests submitted prior to and after submittal deadline. Meeting sites are accessible to persons with disabilities. Reasonable accommodations for persons with disabilities can be arranged with 48 hours advance notice by calling Form No. SPEC-040C Revised: 02/09/2015

3 (PG F) PROPOSAL QUANTITY Name of Bidder BID UNIT UNIT COST TOTAL COST ITEM 1 Mobilization/Demobilization LS $ ITEM 2 Erosion/Sedimentation Control LS $ ITEM 3 Filling and Grading LS $ ITEM 4 Structural Fill a) Furnish And Install Structural Fill 3750 TON $ $ 3400 b) Additional Structural Fill 3050 TON $ $ ITEM 5 Furnish And Install Rock Products $ $ Crushed Surfacing 250 TON $ $ Course Aggregate 150 TON $ $ Round Rock 200 TON $ $ Pea Gravel 1250 TON $ $ Sand Bedding 150 TON $ $ Quarry Spalls 100 TON $ $ ITEM 6 Plumbing Piping LS $ ITEM 7 Cell Vegetation LS $ ITEM 8 Chain Link Fence and Gates LF $ $ ITEM 9 Slope Stabilization LS $ ITEM 10 Material Haul Off TON CY $ $ ITEM *Force Account *Bidders shall include the $25,000.$30,000 figure as part of their overall bid. TOTAL ITEMS (Excluding sales tax) **Sales (**Note Paragraph 1.13 of General Provisions) TOTAL AMOUNT (Including sales tax) $ 30,000 $ $ $ 3

4 SECTION MEASUREMENT AND PAYMENT 1.1 ADMINISTRATION A. AUTHORITY The City inspector or engineer in coordination with the contractor shall make all measurements and determine all quantities and amounts of work done for progress payments under the contract. Approximately once a month, the project engineer shall make an estimate of the work completed or done by the contractor, and such estimates will be made by measurement or approximation at the option of the engineer. The engineer s determination of progress payments shall be conclusive. The City will not pay for material not under City control. In case work is suspended, nearly suspended, or in case only unimportant progress is being made, the engineer may, at their discretion, make progress estimates at longer intervals than once a month. Modify Section 2.14 of the General Provisions as follows. Invoices shall be mailed to the attention of: Beth Jones Tacoma Power Generation/Plant Engineering 3628 South 35th Street Tacoma, Washington NOTE: All questions regarding contract status or payments should be directed to the project engineer. B. UNIT QUANTITIES SPECIFIED Quantities indicated in the proposal are for bidding and contract purposes only. Quantities and measurements supplied or placed in the work and verified by the engineer and contractor determine payment. Adjustments to contract prices due to changes in quantity shall be in accordance with the latest edition of the Standard Specifications, unless otherwise modified by this specification. The City reserves the right to delete any bid item from the contract by notifying the contractor in writing of its intent. In the event of deleted work, the contractor s sole compensation shall be the money due the contractor for materials that had been purchased and obtained by the contractor prior to the deletion of the work. C. CONTRACT PRICE The Lump sum and unit bid prices shall be full and complete compensation for the contract work stated, together with all appurtenances incidental thereto, including materials, equipment, tools, labor, and all the costs to the contractor for completing the contract in accordance with the plans, specifications, and instructions of the engineer. All work not specifically described or mentioned in these specifications, but are required to be constructed to achieve complete and operable systems, structures or amenities shall be considered incidental items of work, not separately compensable, and its price included in items of work specified in the specifications. D. NON-PAYMENT FOR REJECTED OR SURPLUS PRODUCTS Payment will not be made for any of the following: Section Page 1 Specification PG F

5 1. Products wasted or disposed of in a manner that is not acceptable 2. Products determined as unacceptable before or after placement 3. Products not completely unloaded from the transporting vehicle 4. Products placed beyond the lines and levels of the required work 5. Products remaining on hand after completion of the work 6. Loading, hauling and disposing of rejected products E. WORK INCIDENTAL TO BID ITEMS The following list indicates work which shall be considered incidental to the appropriate bid item as listed in the proposal: 1. Security as/if required 2. Survey 1.2 PROPOSAL ITEMS 1. MOBILIZATION/DEMOBILIZATION, PER LUMP SUM Mobilization/Demobilization shall be measured per the Lump sum (LS), not to exceed 5-percent of the base bid price. The Lump sum (LS) contract price for Mobilization/Demobilization shall be full compensation for all labor, equipment, and materials to mobilize to the job site, preparation of work areas, demobilization, including clean up and site restoration. Phases of this job may require multiple mobilizations/demobilizations by some trades/subcontractors for grading, compaction, paving and other related site work. Mobilization/demobilization will only be paid once regardless of the number of mobilizations. 70-percent of the bid amount will be paid upon completion of the initial mobilization and job site preparation. The remaining 30-percent will be paid upon completion of all site restoration and clean up. 2. EROSION/SEDIMENTATION CONTROL Erosion/Sedimentation Control Maintenance shall be measured per Lump sum (LS) and shall include all labor, materials, and equipment required in maintaining the coir wattles, silt fence, and construction entrance in addition to any other Best Management Practices (BMP) previously installed by the City. Bid shall include all costs for labor, materials and equipment required to mulch, top soil, and hydroseed all disturbed areas per the plans and as directed by the City. See the Pollution and Erosion Control Plan (PECP) Appendix, the attached plans and specifications, and as listed in the proposal. All costs associated with installation of (2) new 12 inch corrugated colverts under new gravel access roads as indicated in the plans shall be incidental to this bid item. All costs for removal and legal disposal of silt fence and coir wattles as completion of project shall be incidental to this bid item. Additional riprap at construction entrance, if required for maintenance, shall be paid for under Bid Item 5 Furnish and Install Rock Products. Section Page 2 Specification PG F

6 The contract price per Lump sum (LS) for Erosion/Sedimentation Control Maintenance shall be full compensation for all costs associated with this bid item, except Quarry Spalls used at the construction entrance for maitenance, which shall be paid for under Bid Item 5 Furnish and Install Rock Products 3. FILLING AND GRADING Filling and grading shall be measured per Lump sum (LS) and shall include all labor, materials, and equipment required to excavate, grade, and compact as necessary to establish subgrade elevations for new treatment cells, access roads, and access paths around cells in accordance with the attached plans and specifications as listed in this proposal. Structural fill as required shall be paid under bide item 4- Furnish and Install Structural Fill. The contract price per lumb sum, (LS) for filling and grading shall be for compensation for all costs associated with this bid item, except structural fill used for cell construction and access roads, which shall be paid under bid item 4 Furnish 4. FURNISH AND INSTALL STRUCTURAL FILL Furnish and Install Structural Fill shall be measured per ton (TON) and shall include all labor, materials, and equipment required to supply fill to the project site. The quantities for structural fill indicated in the proposal as item 4a assume that all excavated materials will be re-used as fill for cell construction. Bid item 4b will only be used if the engineer deems all or a portion of the excavated material unsuitable for re-use. Any cut materials not suitable for re-use as structural fill will be removed from the site and paid for under bid item 10- Material Haul Off. Fill Materials: Bank Run Material (WSDOT ) Quantities for fill delivered to the site shall be pre-approved by the Tacoma Power inspector and weight tickets collected by inspector. Costs associated with contractor providing weight tickets along with a detailed and organized spreadsheet outlining the details of the weight tickets and ticket fill totals shall be incidental to this bid item. Rock Products required for construction of the access road and construction entrance maintenance shall be paid under Bid Item 5 Furnish and Install Rock Products. The contract price per ton (TON) for Furnish and Install Structural Fill shall be full compensation for all costs associated with this bid item, except Rock Products used at the access road and the construction entrance, which shall be paid for under Bid Item 5 Furnish and Install Rock Products 5. FURNISH AND INSTALL ROCK PRODUCTS Furnish and Install Rock Products shall be measured per ton (TON) for each size and type of rock furnished and shall include all labor, materials, and equipment required to supply, transport, and grade and compact materials in lifts as necessary to establish final grades in accordance with the attached plans and specifications, and as listed in the proposal. Section Page 3 Specification PG F

7 The Rock Products required for this project include the following: Crushed surfacing (WSDOT (3)) Access Road Course Aggregate (WSDOT (2)) Cell Fill 4 inch Streambed Cobbles Round Rock (WSDOT (4)c) Cell Fill 1-2 Inch Round Rock Pea Gravel (WSDOT (4)c) Cell Fill AASHTO Grading #8 Sand Bedding (WSDOT (2)B) Class 2 Cell Bedding Pipe Bedding Quarry Spalls (WSDOT ) Construction Entrance (If required for maintenance) Cell Perimeters Quantities for rock products delivered to the site shall be pre-approved by the Tacoma Power inspector and weight tickets collected by inspector. Costs associated with supply and installation of the geotextile fabric at access road/cell paths shall be incidental to the bid item. Costs associated with contractor providing weight tickets along with a detailed and organized spreadsheet outlining the details of the weight tickets and ticket rock product totals shall be incidental to this bid item. The contract price per ton (TON) for Furnish and Install Rock Products shall be full compensation for all costs associated with this bid item. 6. PLUMBING PIPING Plumbing piping shall be measured per Lump sum (LS) and shall include all labor, materials, and equipment required in the construction of the below ground extension of the 6 inlet pipe into the new treatment cell 1, all piping in and between new cells, and cell 5 outlet pipe. This bid item shall include all piping fittings, concrete thrust blocks, support blocks (at discharge lines), valves, valve boxes, and other materials required for the pipe installation. Costs of excavation, backfill and compaction required for the installation shall be considered incidental to this bid item. Two (2) valves and valve risers at inlet pipe to original and new cell 1 as indicated on plans. Excavation and fitting as required to install valve along original cell 1 inlet pipe per plans shall be incidental to this bid item. Costs of excavation, backfill and compaction required for the installation shall be considered incidental to this bid item. Underground pipe bedding material will be paid under Bid Item 5 -Furnish and Install Rock Products. Structural fill, if required, will be paid under Bid Item 4 Furnish and Install Structural Fill. Section Page 4 Specification PG F

8 The contract price per Lump sum (LS) for Plumbing Piping shall be full compensation for all costs associated with this bid item. 7. CELL VEGETATION Cell vegetation shall be measured per Lump sum (LS) and shall include all labor, materials, and equipment required in the planting of the cell vegetation as indicated in the attached plans and specifications as listed in this proposal. Costs associated with watering, fertilizing, and general care for these plants for the duration of the project shall be incidental to this bid item. The contract price per lump sum (LS) for cell vegetation shall be full compensation for all costs associated with this bid item. 8. CHAIN LINK FENCE AND GATES Chain Link Fence and Gate construction shall be measured per lineal foot (LF) and shall include all labor, materials, and equipment required in the construction of the chain link fence and 2 man gates. This bid item shall include all fence hardware, posts, fabric, barbed wire, concrete footings, fence fabric, and any other components required to construct the fence and access gates per sheet S-2.0 Fence Details. Costs of excavation of fence post footings shall be considered incidental to this bid item. The contract price per lineal foot (LF) for Chain Link Fence and Gates shall be full compensation for all costs associated with this bid item. 9. SLOPE STABILIZATION Slope stabilization shall be measured per Lump sum (LS) to include all labor materials and equipment required to provide top soil mulch and hydroseed over all areas disturbed during construction as directed by City The contract price per Lump sum (LS) for slop stabilization shall be full compensation for all costs associated with this bid item. 10. MATERIAL HAUL OFF Material Haul Off will be paid per cubic yard (CY) for all labor, materials, and equipment required to excavate, load, transport and dump unsuitable soil materials excavated during the construction of the new treatment cell as deemed appropriate by the City. The contractor and engineer shall agree on truck fill quantities for the purpose of measurement under this bid item. The contractor will be provided a City owned dump site no more than 2 miles from the project site that will accommodate a standard dump truck without trailer. Section Page 5 Specification PG F

9 The contract price per cubic yard (CY) for Material Haul Off shall be full compensation for all cost associated with this bid item FORCE ACCOUNT, PER LUMP SUM Measurement will be made for Force Account in accordance with the Section of the latest edition of the Standard Specification for Road, Bridge and Municipal Construction of the Washington State Department of Transportation as modified by Force Account Work in the Special Provisions or on negotiated Lump sum or unit price change orders added to the contract. Payment shall be made for change order items added to the contract which shall be treated as a deduct to the force account remaining available. Force Account, as listed in the proposal. 1.3 FORCE ACCOUNT WORK This section supersedes Section 3.10, Paragraph C of the General Provisions. In certain circumstances, the contractor may be required to perform additional work. Where the work to be performed is determined to be extra and not attributed to the contractor s negligence, carelessness, or failure to install permanent controls, it shall be paid in accordance with the unit contract price or by force account. Such additional work not covered by contract items will be paid for on a force account basis in accordance with Section of the Standard Specifications or as a negotiated change order with Lump sum or unit price items. For the purpose of providing a common proposal for all bidders and for that purpose only, the City has estimated the potential cost of force account work, and has entered the amount in the bid proposal to become a part of the total bid by the contractor. However, there is no guarantee that there will be any force account work. 1.4 NON-PAYMENT FOR REJECTED OR SURPLUS PRODUCTS OR WORK Payment will not be made for work rejected by the City. Products or work not meeting contract requirements shall be replaced by the contractor at no expense to the City, regardless of the impact to work, schedule or cost. 1.5 AS-BUILTS The final payment of this contract will not be released until complete AS-BUILT plans are received and approved by the engineer. END OF SECTION Section Page 6 Specification PG F

10

11

12

13

14

15

16

17

18

19

20

21