SECTION 00 11 13 - ADVERTISEMENT FOR BIDS Sealed bids for

advertisement

SECTION 00 11 13 - ADVERTISEMENT FOR BIDS

Sealed bids for the construction of the St. Cloud Water Treatment Facility (WTF) Flow Train III

Equipment Installation Project for the City of St. Cloud, Minnesota, will be received until 10:00

A.M. local time on Thursday, July 9, 2015 at the St. Cloud City Hall, at which time they will be publicly opened and read aloud.

Bids can be mailed to: City of St. Cloud c/o City Clerk

400 2nd Street South

St. Cloud, MN 56301

The Work shall be completed under one Contract and consists of all labor, skill and materials required to properly construct the Project. The Project generally consists of the following primary components:

Installation of Flow Train III Equipment

The Project includes the design and installation of all required equipment in Flow Train III of the

WTF, which includes the coordination of staging areas, routes, and access to the knock-out panel on the south side of the WTF that will allow the means for passage of equipment and materials throughout the Project. Design will generally include the following components: First

Stage Flocculation consisting of one (1) rapid mix and three (3) vertical turbine flocculation mixers, with (2) baffle walls to separate the flocculation chambers; First Stage Clarification consisting of inclined plate settlers, two (2) hoseless vacuum solids collection systems, and a perforated baffle wall for flow distribution, modification of the floor for the solids collection system, recessed vortex slurry pumps to transfer solids with required piping and valves to connect to existing solids transfer piping and solids storage basins, and addition of provisions for access to the basin; Second Stage Clarification consisting of a solids contact clarifier for clarification and lime softening, blowdown piping and valves to transfer solids to lime solids wells and storage basins, and addition of provisions for access to the basin; Recarbonation upgrades for all three (3) flow trains to include a pressurized carbon dioxide feed system for pH adjustment after lime softening, with baffle walls spaced to direct flow and provide for proper mixing after carbon dioxide diffusion; hydraulic gates to be installed to place the Detention Basin in service or by-passing it directly to the filters; interconnect piping to include all piping and valves required to transfer raw water from the Precontact Basin through Train III First Stage,

Second Stage, and to the filters; installation of solids piping, valves, and pumps to transfer solids as necessary; installation of one (1) rapid mixer in the Train III lime storage basin to keep lime solids in suspension; instrumentation and control modifications to control and monitor Flow

Train III equipment and instrumentation similar to Flow Train II; remodeling of an existing storage room into an electrical room that shall include HVAC improvements and installation of new electrical systems. Electrical work includes power supply, motor control centers, variable frequency drives, high and low voltage power and wiring, lighting, control wiring, control panel construction, and related Work.

Miscellaneous Rehabilitation

Miscellaneous rehabilitation within the WTF shall include: installation of a new batch lime slaking system for all three (3) flow trains and grit removal system; repair of the eight (8) existing lime storage silos; select demolition of existing lime slaking system, staging of transfer of existing lime feed system to the new batch system; rerouting of the lime fill and vent piping, replacement of an existing lime transfer blower; updating the aluminum sulfate (Alum) and

City of St. Cloud, Minnesota

Flow Train III Equipment

Installation Project

00 11 13

1

ADVERTISEMENT FOR BIDS

powder activated carbon (PAC) systems with new components and peristaltic metering pumps as required; addition of catwalks; site restoration of staging areas and site near knock-out panel as required; various HVAC and mechanical improvements; conversion of TK-9350 to a Pump

Room; addition of a wall in TK-3320 to create a flow-through basin between Train III First and

Second Stage Clarification basins; and conversion of TK-3320 into the new batch lime slaking system area.

A Mandatory Pre-Bid Conference will be held for all prospective Bidders at the St. Cloud

WTF, followed by a project site walk-through, on Tuesday, June 16, 2015 at 10:00 A.M., at which time the Owner's Representative, Bidders, and Subcontractors will discuss the project.

Bidders are required to attend the pre-bid conference.

The Contractor shall have the following minimum qualifications: The successful completion of not less than two (2) municipal water treatment system infrastructure projects, each with a rated capacity of not less than two (2) million gallons per day, within five (5) years prior to the date of bid opening. The water treatment system infrastructure experience must include construction of water retaining concrete basins (constructed both above and below grade) and the installation of process equipment, pumps, process piping, valves, meters, chemical feed systems, and ancillary appurtenances. The Contractor must demonstrate having self-performed not less than 25 percent of the labor on the qualifying projects. Wastewater system infrastructure experience shall be considered acceptable only if it meets the above referenced established criteria. Bidder Qualifications Questionnaire is required to be submitted with Bid.

All Bidders must certify they are a Responsible Contractor by signing a certification form stating they meet the minimum requirements under Minnesota Statute 16C.285. This form can be found in Section 00 43 29 of the project documents.

Each Bid shall b e accompanied by a Bidder’s Bond executed by the Bidder as principal and by a surety company authorized to do business in the State of Minnesota, payable to the City of St.

Cloud, in a sum equal to five (5) percent of the full amount of the Bid. This is to serve as a guarantee that the Bidder will enter into a Contract within 15 days of Notice of Award in accordance with the terms of the principal’s Bond and a contractor’s Bond as required by law and the regulations and determinations of the governing board for the performances of such

Work. Only Bids that are accompanied by such a Bond will be considered. Bidder must be licensed for the full amount of the Bid. No Bid will be read or considered which does not fully comply with the above provisions as to bond and license. Any deficient Bid submitted will be returned to the Bidder unopened.

This Project is funded by the Drinking Water State Revolving Fund (DWSRF) and administered by the Public Facilities Authority. As such, both Federal Davis Bacon prevailing wages and

State of Minnesota prevailing wages (Minnesota Statue, sections 177.41-177.43) apply to this project. Payment of the wages, fringe benefits, and overtime rates that are most beneficial to the employees are required. As part of the DWSRF, the American Iron and Steel requirements will also be included.

Bidders on this Work will be required to comply with the President’s Executive Order Nos.

11246 (Equal Employment) as amended. Bidders shall also comply with Executive Orders

11625, 12138, and 12432; 40 CFR part 33; Section 129 of P.L. 100-590 Small Business

Reauthorization & Amendment Act of 1988; Public Law 102-389 (42 U.S.C. 437d); a 1993 appropriations act (“EPA’s 8% statute”); Public Law101-549, Title X of the Clean Air Acts

Amendments of 1990 (42 U.S.C. 7601 note) (“EPA’s 10% statute”), encouraging recipients to award construction, supply, and professional service contracts to minority and women’s

City of St. Cloud, Minnesota

Flow Train III Equipment

Installation Project

00 11 13

2

ADVERTISEMENT FOR BIDS

business enterprises (MBE/WBE) and small business; and requiring recipients to utilize affirmative steps in procurement. The requirements for Bidders and Contractors under these orders are explained in the specifications. Bidders are advised that “fair share” target percentages have been established at 3.5% for Minority Business Enterprise participation in the

Project and 5.0% for Women Business Enterprise participation in the Project.

Bidding Documents: Complete digital Project Bidding Documents, pursuant to which labor, materials, or services must be furnished, are available at www.AE2S.com or www.questcdn.com. You may download the digital Bidding Documents for $50.00 by inputting

Quest project # 3876929 on the website’s Project Search page. Please contact QuestCDN.com at 952-233-1632 or info@questcdn.com for assistance in free membership registration, downloading, and working with this digital Project information. An optional digital format on CD may be purchased for a charge of $75.00 or paper copies of the Bidding Documents may be obtained for $425.00, for each set of documents requested, from the issuing office of the

Engineer, AE2S, 6901 E. Fish Lake Road, Suite 184, Maple Grove, MN 55369. Each set of

Bidding Documents will include the Project Manuals and one (1) complete set of 11x17 inch

Drawings. All costs associated with preparation of Bids shall be borne by the Bidder. All costs for either digital or paper copies are NON-REFUNDABLE .

All Bids will be made on the basis of cash payment for such Work. The Owner reserves the right to reject any or all Bids, waive any informalities in the Bids received, and further reserves the right to award the Contract in the best interest of the Owner. The Owner reserves the right to hold the three (3) lowest Bids for a period not to exceed forty-five (45) days after the date of Bid opening.

The Work shall be substantially completed by September 30, 2016 and shall be completed and ready for final payment on or before June 30, 2017.

Dated this 1st day of June, 2015.

City of St. Cloud, Minnesota

Flow Train III Equipment

Installation Project

00 11 13

3

ADVERTISEMENT FOR BIDS

Download