Loading...
HomeMy WebLinkAbout03 Scope & Instruction to Bidders_Add1 Public Works Department Scope & Instructions to Bidders Monroe Ave NE Infiltration Facility CAG-23-316 SCOPE OF WORK & INSTRUCTIONS TO BIDDERS Scope The City of Renton Surface Water Utility is seeking bid submittals from contractors interested in furnishing and installing a stormwater infiltration and treatment facility at 301 Monroe Ave NE. The site has already been excavated by others to the approximate elevations required for the fill material under the infiltration and treatment facility to be installed. The work is divided into four sections: Site Preparation, Stage 1 Work, Stage 2 Work, and Restoration. Site Preparation consists of installation of TESC measures, construction entrance and access road. Stage 1 Work consists of installation of geotextile, backfill of infiltration and non-infiltration material, and gravity blockwall. Stage 2 Work consists of installation of infiltration chambers, backfill above chambers, treatment vault, and storm drainage system. Restoration consists of installing the curbs, paving, signage, fencing, gates, and landscaping. The work involved under the terms of the contract documents shall be full and complete project construction, as shown on the plans and as described in the project specifications to include but not be limited to: · Construction surveying, staking, and production of as-built plans, · Traffic control, · Installing and maintaining adequate Temporary Erosion and Sediment Control measures, · Installing approximately 38,40042,300 CY of non-infiltration material, · Installing approximately 27,100 SY of geotextile fabric, · Installing approximately 1,400 Tons of crushed surfacing top course, · Installing approximately 35,600 Tons of select borrow, · Installing approximately 84,100 Tons of infiltration gravel, · Installing approximately 10,000 SF of gravity block wall, · Installing approximately 400 Tons of hot mix asphalt, · Installing additional backfill to grade site to designed elevations, · Trench excavation, including dewatering, shoring, removal of any existing unsuitable material, and disposal of excavated material, · Installing new storm system of approximately 640 linear feet of 24-inch and 36-inch diameter storm sewer pipe, including 19 catch basins, · Installing stormwater infiltration facility, · Installing stormwater flow splitter vault, infiltration chamber manifold vault, hydrodynamic separator vault, treatment vault, and · Trench backfill with suitable material and compaction to required standards, · Installing concrete curbs and gutters, rolled curbs, concrete sidewalks and driveway entrances, Public Works Department Scope & Instructions to Bidders · Installing chain link fence and gates, · Performing landscape and property restoration. The majority of work takes place on 301 Monroe Ave NE, a private property. The City is responsible for securing the necessary easements for this project, and anticipates execution of a permenant and a temporary construction easement in October 2023. Draft versions of the easements are provided in the bid documents for reference. The executed versions of the easements will be provided to the contractor at or prior to the projects pre-construction meeting. In addition to the permanent and temporary construction easement there is an existing temporary drainage easement for surface water drainage overflow from Monroe Ave NE. This existing temporary drainage easement has also been provided in the bid documents for refence. The contractor shall comply with the terms of all easements in accordance with Section 1-07.24 “Rights of Way”. The estimated project cost is $16,000,000 to $19,000,000. A total of 283 working days is allowed for completion of the project. For Bid Item Descriptions see Special Provisions Section 1-09.14 Any contractor connected with this project shall comply with all federal, state, county, and city codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. Bid documents will be available September 11th, 2023. Plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on “bxwa.com”; “Posted Projects”, “Public Works”, “City of Renton”, “Projects Bidding”. (Note: Bidders are encouraged to “Register as a Bidder,” in order to receive automatic email notification of future addenda and to be placed on the “Bidders List”). Bid documents will also be available at http://rentonwa.gov/bids/ under “Calls for Bids”. Should you require further assistance, contact Builder Exchange of Washington at (425) 258-1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Women and Minority Business Enterprises (WMBE) are encouraged to bid. Owner’s Project Manager: All questions regarding this request should be directed to: Jared McDonald, Surface Water Utility City of Renton, Renton City Hall - 5th Floor 1055 South Grady Way, Renton, WA 98057 Public Works Department Scope & Instructions to Bidders Phone: 425-757-7718 Email: jmcdonald@rentonwa.gov Questions received less than 4 business days prior to the date of sealed bid submittal may not be answered. The City will not be responsible for other explanations or interpretations of the bid documents. The City of Renton will host one (1) optional project site visit for bidders to review the site and ask questions to the project manager prior to the deadline for bids to be submitted. The site visit will take place on September 20th, 2023 from 10:00 am to 11:00am at 301 Monroe Ave NE. Please enter from Jefferson Ave NE. Limited parking will be available onsite. Each bidder is strongly encouraged to limit the number of vehicles to (1) one to ensure adequate parking for all. Submission of Bids Sealed bids for this proposal will be received by the City of Renton at the lobby of Renton City Hall until the time and date specified in the Call for Bids. No mailed, Fedex, or UPS delivered bids will be accepted. At this time, the bids will be publicly opened and read via a Zoom video-conferencing meeting, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. Consideration of Bids 1. Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. Questions received less than 4 business days prior to the date of bid submittal may not be answered. The City will not be responsible for other explanations or interpretations of the bid documents. 2. The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Bidders shall satisfy themselves as to the local conditions by inspection of the site. Public Works Department Scope & Instructions to Bidders 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made by check or electronic transfer 11. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18 “Public Liability and Property Damage Insurance”. 12. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 13. Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 14. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage”. 15. Liquidated damages will be enforced in accordance with Section 1-08.9 “Liquidated Damages”. 16. Basis For Approval Public Works Department Scope & Instructions to Bidders The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefore shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled “Prevailing Minimum Hourly Wage Rates”. The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. Public Works Department Scope & Instructions to Bidders 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA "2023 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22. It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to any contract or any subcontract resulting from this solicitation for bids. 23. Bidder’s Checklist  It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time.  Have you submitted, as part of your bid, all documents marked in the index as “Submit With Bid”?  Has bid bond or certified check been enclosed?  Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?  Has the proposal been signed? Public Works Department Scope & Instructions to Bidders  Have you bid on ALL ITEMS and ALL SCHEDULES?  Have you submitted the Subcontractors List?  Have you submitted Certification of Compliance with Wage Payment Statutes Form?  Have you reviewed the Prevailing Wage Requirements?  Have you submitted Dept. of Labor and Industries Certificate of Registration Form?  Have you submitted Proposal and Combined Affidavit & Certificate Form?  Have you certified Receipt of Addenda, if any?