Loading...
HomeMy WebLinkAbout02-03 Public Utilities-City of SLO 3-8v 03.14.19 135363CITY OF SAN LUIS OBISPO - CONSTRUCTION OF THE WATER RESOURCE RECOVERY FACILITY (WRRF) UPGRADE PROJECTSPEC. NO. 91620NOTICE IS HEREBY GIVEN THAT the City of San Luis Obispo will receive sealed bids for the “CONSTRUCTION OF THE WATER RESOURCE RECOVERY FACILITY PROJECT (WRRF), SPEC. 91620” at the City of San Luis Obispo Public Works Office, 919 Palm St., San Luis Obispo, CA 93401 until FRIDAY, MAY 3, 2019 at 2:00 P.M (the “Bid Closing”). Any Bids received after the Bid Closing will not be considered and will be returned to the Bidder unopened. Bids received by Fax or e-mail will not be considered. See below, for information on the Bid Opening. Two printed copies of Bid shall be provided in sealed Bid envelope clearly marked “CONFIDENTIAL.” Each sealed Bid shall be clearly labeled as follows: “San Luis Obispo Water Resource Recovery Facility Project,” Specification No. 91620, Bidder’s name, and time and date of the Bid Closing. All firms interested in receiving further correspondence regarding this Invitation to Bid, including any addenda, will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app-web/vendor/register/Login.xhtml). Bidding Documents and additional information may be obtained electronically at the City’s BidSync website at www.BidSync.com. All questions regarding this Invitation to Bid must be submitted electronically via the City’s BidSync website at www.BidSync.com. On Tuesday, March 26, 2019 at 1:00 p.m. local time, a mandatory pre-bid conference shall be held at the San Luis Obispo City Corporation Yard Conference Room at 25 Prado Road, San Luis Obispo, CA 93401, for purposes of clarifying and answering questions relative to the Project. The conference will include a Site walk. Bidders are required to attend and a Bid from any Construction General Contractor that does not attend this conference will be deemed unresponsive. Refer to Instructions to Bidders for additional information. A summary of questions and responses from the pre-bid conference will be issued via Addendum to all plan holders registered on BidSync to receive information about the Project. Oral statements may not be relied upon and will not be binding or legally effective. There will be two additional scheduled pre-bid Site visits to allow the Bidders to review the Site conditions. These additional visits are optional. The two optional pre-bid Site visits are scheduled on: Tuesday, April 16, 2019 Time: 9:00 a.m. – 12:00 p.m. and Thursday, April 18, 2019 Time: 9:00 a.m. – 12:00 p.m. Location: San Luis Obispo Water Resource Recovery Facility, 35 Prado Road, San Luis Obispo, CA 93401. Prequalification of Construction General Contractors (“Construction Contractors”) and Control Systems Integrators The City of San Luis Obispo (“City”) has prequalified Construction Contractors and Control Systems Integrators pursuant to Public Contract Code Section 20101. Prequalified Construction Contractors and Control Systems Integrators are listed in the Instructions to Bidders. In accordance with federal regulations related to the Federal Emergency Management Agency (FEMA) funds to be used for the Project, additional Construction Contractors and Control Systems Integrators interested in bidding on the Project may submit Statements of Qualifications up to the Bid Closing as set forth in the Instructions to Bidders. The City will inform these Construction Contractors and Control Systems Integrators in writing whether they are prequalified to Bid on the Project, and will notify all bidders of the final list of Prequalified Contractors prior to Bid Opening. See Instructions to Bidders for more information about qualifying during the Bid solicitation period. In order to be eligible to submit a Bid, a Construction Contractor must be Prequalified. Only bids from Qualified Construction Contractors will be opened. Disadvantaged Business Enterprises The City encourages the participation of Disadvantaged Business Enterprises in this Project. Bidders must comply with the requirements of the USEPA’s Program for Utilization of Small, Minority and Women’s Business Enterprises, which can be accessed at www.epa.gov./osbp. Bid Opening Because federal law requires that the prequalification process remains open until the time for Bid Closing, if any Construction Contractor or Control Systems Integrator submits a Statement of Qualification on or before the Bid Closing, Bids will be held unopened while the City evaluates the Statements of Qualifications. Bids will be opened and publicly read aloud at 2:00 p.m. or as soon thereafter is practicable fourteen (14) calendar days after the Bid Closing. If the City does not receive any new Statements of Qualifications on or before Bid Closing, the City will notify all Bidders in writing of the date and time at which Bids received from Prequalified Construction Contractors will be opened and read, which will be not less than 72 hours from the time the notice is given. Project Description and Requirements The Project includes new and modified facilities at the San Luis Obispo Water Resource Recovery Facility (WRRF) and is designed to meet new discharge permit requirements, increase capacity to meet future flows and loads under dry and wet weather conditions, replace aging infrastructure, maximize recycled water production and incorporate interactive features and public amenities. The Project will modify existing process facilities, add new process facilities, and provide a new building campus for Public Utilities staff and the public. The San Luis Obispo WRRF is an active and operational water resource recovery facility. It is required that the facility remain in operation at all times, except for City approved planned shutdown intervals during the cutover of new improvements and modifications to existing systems. The Project has specific milestones, constraints, testing periods, and completion requirements to meet a Time Schedule Order. The estimated construction cost of this Project is between $101,000,000 and $129,000,000. The Work includes an assignment of a purchase agreement for a Membrane Equipment System (Specification No. 91539A) to the Contractor. All bids will remain valid for ninety (90) calendar days after Bid Opening. The Work shall be Substantially Complete within 1,230 calendar days after Notice to Proceed, and finally Complete within 1,290 calendar days after Notice to Proceed. Pursuant to Public Contract Code Section 3400(b), the City has made findings designating certain materials, products, things, or services by specific brand or trade name, and no substitutions will be accepted for those items, as set forth in the Instructions to Bidders. The Work described under these Bidding Documents is to be paid for by public funds; therefore, the Project is a public work and prevailing wage rates and other requirements apply. The attention of the Bidders is directed to the applicable Federal and State requirements and conditions of employment to be observed and minimum wage rates to be paid under the Contract. The Director of Industrial Relations has determined the general prevailing rate of per diem wages in the locality in which this work is to be performed for each craft or type of worker needed to execute the Contract which will be awarded to the successful Bidder, copies of which are on file and will be made available to any interested party upon request at the Offices of the City or online at http://www.dir.ca.gov/dlsr. A copy of these rates shall be posted by the successful Bidder at the job Site. The successful Bidder and all its Subcontractor(s) shall comply with all applicable Labor Code provisions, which include, but are not limited to the payment of not less than the required prevailing rates to all workers employed by them in the completion of the Project, the employment of apprentices, the hours of labor and the debarment of contractors and subcontractor. Since this Project is funded in whole or in part with a loan from the California State Revolving Fund (SRF), and with a FEMA grant provided through the California Governor’s Office of Emergency Services (Cal OES), the work must also comply with the minimum rates for wages for laborers and mechanics as determined by the U.S. Secretary of Labor in accordance with the provisions of the Davis-Bacon Act. As between the State and Federal wage rates, if both rates apply to any portion of the work, the higher of the two rates must be paid. Attention is directed to the SRF and FEMA Funding Requirements Supplements to the Instructions to Bidders. In bidding on this Project, it shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this Contract and applicable law in its Bid. Before the Contract is awarded, the apparent low Bidder will be required to provide proof of the Bidder’s and any applicable Subcontractors’ current registration with the Department of Industrial Relations to perform public work, as well as active licenses issued by the California Contractors State License Board of a class appropriate to the work each will perform. If awarded a Contract, the successful Bidder and its applicable Subcontractors, of any tier, shall maintain the required contractor’s license and active registration with the Department of Industrial Relations for the duration of the Project. In order to enter into the Contract and perform public work, the Bidder shall hold or obtain such licenses as required by State Statutes, and Federal and local laws and regulations. The City has determined that the Construction Contractor must have a Class A – General Engineering – Contractor’s license issued by the California Contractors License Board to perform the Work at the time the Contract is awarded. The Bidder must have a valid City of San Luis Obispo business license and tax certificate before beginning the Work. Additional information regarding the City’s business license and tax program may be obtained by calling (805) 781-7134. The Contractors or Subcontractors may not perform work on a public works project with a subcontractor who is ineligible to perform work on a public project pursuant to Section 1777.1 or Section 1777.7 of the Labor Code. Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract. Any public money that is paid to a debarred subcontractor by the Contractor shall be returned to the City. The Contractor shall be responsible for the payment of wages to workers of a debarred subcontractor used on the Work. Each Bid must be submitted on the prescribed Bid Form and accompanied by Bid security as prescribed in the Instructions to Bidders, payable to the Owner in an amount not less than 10 percent of the Bid amount. City will award the Contract for the Project, if a Contract is awarded, to the lowest responsive, responsible Bidder as determined by the City. City will determine the low Bid on the Base Bid only. The City may elect to include any or none of the Alternate Bid Items, or to otherwise remove certain work from the Project scope of work. Accordingly, each Bidder must ensure that each Bid Item contains a proportionate share of profit, overhead, and other costs or expenses which will be incurred by the Bidder. The Successful Bidder will be required to furnish payment and performance bonds in an amount equal to 100 percent of the Contract Price and in the form included in the Bidding Documents as well as insurance prescribed in the Bidding Documents. SRF loan funds will be used for Project funding. The Bidder shall comply with all of the requirements for SRF funding as described in the SRF Supplement, and shall submit all forms, including the Disadvantaged Business Enterprise (DBE) forms as part of the Bid. Prospective Bidders must complete and submit SRF DBE Form 4500-3 and Form 4500-4 WITH their Bids. In addition, FEMA grant funds will be used for Project funding. The Bidder shall comply with all of the requirements for FEMA funding as described in the FEMA Supplement. Both the SRF and FEMA requirements are included as Supplements to the Instructions to Bidders and should be carefully reviewed by Bidders. Payment for the Work accomplished will be made monthly, but five (5) percent of the amount earned will be withheld to ensure performance under the Contract. In accordance with Public Contract Code Section 22300, the Construction Contractor may elect to substitute securities of equivalent value in lieu of retention. This Project is subject to the terms of a Community Workforce Agreement (CWA) by and between the City and the Tri-Counties Building and Construction Trades Council, AFL CIO, and the signatory craft councils and unions. The Successful Bidder and each of its Subcontractors of any tier will be required to submit a letter of assent agreeing to be bound by the terms and conditions of the CWA prior to performing any craft labor on the Project. The letter of assent must be submitted by the Bidder along with copies of the signed Agreement. A copy of the CWA is included with the Bidding Documents as an Exhibit to the Agreement. Owner’s right is reserved to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents. For information concerning the proposed Project, submit questions to the City’s BidSync website at www.BidSync.com. Questions must be submitted no later than ten (10) days before Bids are due. Responses to all questions will be posted as an Addendum on BidSync. Owner’s right is reserved to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents. March 14, 2019