34
Prepared By SUPPLY CHAIN SERVICES * * * INVITATION FOR BID NO. 160101.CAB MLV-9 Replacement and MLV-2 Supply (Gas Pipeline) This document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled BID Fill-in Forms. Bidders may use the Forms provided to submit Bids. Please provide responses to all items in the blocks (fill-in fields) following each item. The fill-in fields will expand to accommodate your answer if needed. Pictures, charts, and graphs may NOT be inserted into the fill-in field. They may be submitted as separate documents if necessary Note: The content of the BID Fill-in Forms is identical to that posted in Adobe format on the EBSS Web site. Page numbering may vary when complete as a result of the fill-in-fields. i document.docx IFB Construction Bid Forms.dotm

IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

Embed Size (px)

Citation preview

Page 1: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

Prepared By

SUPPLY CHAIN SERVICES

* * *

INVITATION FOR BID NO. 160101.CAB

MLV-9 Replacement and MLV-2 Supply (Gas Pipeline)

This document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled BID Fill-in Forms. Bidders may use the Forms provided to submit Bids. Please provide responses to all items in the blocks (fill-in fields) following each item. The fill-in fields will expand to accommodate your answer if needed. Pictures, charts, and graphs may NOT be inserted into the fill-in field. They may be submitted as separate documents if necessaryNote: The content of the BID Fill-in Forms is identical to that posted in Adobe format on the EBSS Web site. Page numbering may vary when complete as a result of the fill-in-fields.

idocument.docx IFB Construction Bid Forms.dotm

Page 2: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

THE INDEX SECTION OF THE DOCUMENT IS NOT PROTECTED AS A FORM

4. BID DOCUMENTS 4-1

4.1. BID AGREEMENT NO. 160101.CAB 4-14.2. SAFETY COMPLIANCE CERTIFICATE 4-24.3. NONCOLLUSION DECLARATION 4-34.4. PUBLIC RECORD INDEMNITY AGREEMENT 4-44.5. PROMPT PAYMENT PROGRAM 4-54.6. SEED PROGRAM SMALL BUSINESS DECLARATION 4-64.7. DESIGNATION OF PRIME CONTRACTOR, SUBCONTRACTORS, AND

SUPPLIERS 4-74.8. CONTRACTOR’S LICENSE INFORMATION 4-94.9. BID BOND FORM 4-104.10. QUALIFICATION DATA 4-114.11. BID SCHEDULE 4-134.12. Optional Pricing (Not Evaluated): 4-19

document.docx IFB Construction Bid Forms.dotm1

Page 3: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

4. BID DOCUMENTS4.1. BID AGREEMENT NO. 160101.CAB

BID AGREEMENT: In compliance with Invitation for Bid No. 160101.CAB, MLV-9Replacement and MLV-2 Supply (Gas Pipeline), the undersigned hereby proposes and agrees to provide the services described, at the rates and dollar limits defined in the Bid Rate Schedule attached hereto.

It is understood that this Bid constitutes a firm offer that cannot be withdrawn for ninety (90) calendar days after the submission date for the Bids.

The undersigned certifies that he/she has examined and is familiar with the content of this Invitation for Bid; also that he/she has checked all the figures shown in the proposed Rate Schedule and other attachments hereto and understands that the Sacramento Municipal Utility District will not be responsible for any errors or omissions on Contractor's part in preparing this Bid.

If awarded the contract, the undersigned hereby agrees to execute a contract and furnish the necessary bonds and other documents specified in the Instructions to Bidders within the time set forth herein.

The undersigned further agrees, if awarded the contract, that he/she will commence the work within the time set forth and will perform the work in accordance with the contract documents attached to this Invitation for Bid.

Attached hereto and made a part thereof by this reference are Bid forms pages 4-2 through 4-10, the Qualification Data, if required, and the Bid Schedule.

There is, if required by the Instructions To Bidders, enclosed herewith a Bid Bond or Certified or Cashier’s Check payable to SMUD in the amount of 10 percent of the total amount of the Bid which shall be and remain the property of said SMUD in event of failure of the successful Bidder to execute the necessary contract and furnish the required bonds within 15 days after the form of agreement and bonds have been supplied to him.

BIDDER :

Company:      

Street Address:      

City:       State:     Zip:      

Signed:

Print Name:      

Title:      

Telephone:       Fax:      

Email:       Date:      

document.docx IFB Construction Bid Forms.dotm1

Page 4: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

4.2. SAFETY COMPLIANCE CERTIFICATE

I,       the undersigned,(Print Company Representative Name)

      of(Print Company Representative Title)

      hereby certify the(Print Company Name)

information contained herein and that undersigned is duly authorized to certify that:

A. Contractor has an effective Injury and Illness Prevention Program which meets the requirements of all applicable laws and regulations, including, but not limited to, California Labor Code Section 6401.7. (This section does not apply if Contractor does not perform any work under this agreement within the State of California.) and

http://www.leginfo.ca.gov/cgi-bin/displaycode?section=lab&group=06001-07000&file=6400-6413.5

B. Contractor has a written Code of Safe Practices, which relates to the contractor’s operation in accordance with Title 8, California Code of Regulations (CCR), Section 1509, Construction Safety Orders.

C. Contractor has a written plan for employee emergency medical services in accordance with Title 8, California Code of Regulations (CCR), Section 1512, Construction Safety Orders.

D. Within the last three years, has your company ever been cited for a violation of any Federal, state, regional or local OSHA or environmental laws, rules, regulations or ordinances?

NO YES (If yes, attach details)

E. Contractor agrees that it is fully responsible for the acts and omissions of its subcontractors and all persons either directly or indirectly employed by Contractor.

F. The above-named person has the authority and responsibility for implementing and administering Contractor’s Injury and Illness Prevention Program.

IN WITNESS WHEREOF, the undersigned has executed this Safety Compliance Certificate under the penalty of perjury of the laws of the State of California on:

Signed:

Print Name:      

Date:      

document.docx IFB Construction Bid Forms.dotm2

Page 5: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

4.3. NONCOLLUSION DECLARATION

TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BIDI,       hereby declare

(Printed Name)

that I am

      of(Title)

     (Name of Bidder)

submitting this Bid Agreement; that I am duly authorized to execute this Bid Agreement on behalf of Bidder; and that all information set forth in this Bid Agreement and all attachments hereto are, to the best of my knowledge, true, accurate, and complete as of its submission date.I further declare that this bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.I declare, under penalty of perjury under the laws of the State of California, that the foregoing is true and correct and that this declaration was

executed at:       (Name of City if within a City, otherwise Name of County)in the State of       on,       (Insert Date)

Signed:

Print Name:      

Title:      

document.docx IFB Construction Bid Forms.dotm3

Page 6: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

4.4. PUBLIC RECORD INDEMNITY AGREEMENT

      (“Bidder”) shall indemnify, defend and hold SMUD,(Print Company Name)

its directors, officers, agents, and employees (collectively, “Indemnitees”) harmless against all claims or causes of action brought against Indemnitees seeking to cause the release or disclosure of Bidder’s Bid and related materials submitted to Indemnitees in response to SMUD Invitation For Bid No. 160101.CAB, MLV-9 Replacement and MLV-2 Supply (Gas Pipeline).

In the event Bidder fails or refuses to indemnify or defend Indemnitees upon a timely request as provided hereunder, Bidder shall unconditionally waive all claims against, completely release and forever discharge Indemnitees from any and all claims, damage, loss, expense and liability Bidder may incur arising from or in any way connected to Indemnitees release of Bidder’s Bid and materials related thereto.

It is agreed that in the event of any litigation arising hereunder, the Bidder at the request of SMUD shall submit to the jurisdiction of any court of competent jurisdiction within the State of California and will comply with all requirements necessary to give such Court jurisdiction, and that all matters arising hereunder shall be determined in accordance with the law and practice of such court. It is further agreed that service of process in any such litigation may be made in the manner provided for in Section 415.40 of the California Code of Civil Procedure or in any other manner provided for in said code for service upon a person outside the State of California.

ACCEPTED FOR BIDDER

Company:      

Signed:      

Print Name:      

document.docx IFB Construction Bid Forms.dotm4

Page 7: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

4.5. PROMPT PAYMENT PROGRAM

SMUD has a prompt payment program for small businesses which are certified by the State Department of General Services.

Under the program, SMUD will guarantee payment of invoices within 20 calendar days from the date of inspection and acceptance by SMUD or the date correct invoices are received, whichever is later.

If SMUD fails to meet the 20 calendar days payment guarantee, the small business will be paid interest on the unpaid invoice at prime plus 2% APR. Late interest payments, if applicable, will be made without an additional invoice from the small business.

To participate in this program, please indicate “prompt payment” below and provide evidence of certification with your bid.

Bidder is eligible for, and is requesting, a prompt payment program:

YES NO

BIDDER:

Company:      

Signed:

Print Name:      

document.docx IFB Construction Bid Forms.dotm5

Page 8: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

4.6. SEED PROGRAM SMALL BUSINESS DECLARATION

Complete this form to apply for SEED Program consideration. To qualify for the SEED Program, a firm must have a current certification as a Small Business from the California Department of General Services. In addition, the firm must qualify as a SMUD ratepayer for the preceding six months by receiving SMUD electric service at the principal office* listed by the Department of General Services. If your firm or one of your proposed subcontractors qualifies under these criteria, SMUD will validate all submitted information and determine the proposing firm’s SEED Program qualification.

To expedite the verification process:

1) Submit a copy of the most recent SMUD statement for the principal office shown on your DGS Small Business application

OR 2)       If the firm leases its principal space from a property management company or a

landlord and the SMUD utilities are included in the lease, please initial in the blank space provided above and attach a copy of the current lease showing the dates of occupancy, principal office of property and signatures of both parties

AND Submit a copy of the current Small Business certification notice from the California Department of General Services.

Proposed SEED firm:      

Contact Name:      

Title:      

Phone Number:      

I hereby certify that this firm qualifies for the SEED Program as defined above. This firm has been certified as a Small Business by the California Department of General Services.

I hereby swear that I am duly authorized to legally act on behalf of the above named company.

Signed:      

Print Name:      

Title:      

Date:      

If you or one of your proposed subcontractors is not certified by DGS and would like to become certified for future contracting opportunities, please refer to www.smud.org/SEED or contact SMUD Supplier Diversity at (916) 732-5984 or email [email protected] .

*Principal office means where the business is headquartered and conducts the management and operations of the business.

document.docx IFB Construction Bid Forms.dotm6

Page 9: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

4.7. DESIGNATION OF PRIME CONTRACTOR, SUBCONTRACTORS, AND SUPPLIERS

(TO BE COMPLETE BY ALL BIDDERS/PROPOSERS)

The following are the names and business locations of the prime contractor and all subcontractors who will perform work or labor or render service to the Proposer in or about the work, or who will specially fabricate and install a portion of the work or improvement according to detailed drawings contained in the plans and specifications (as applicable) together with a statement of the portion of the work to be done by each subcontractor.

SEED Program - The Proposer may only count toward its SEED Program subcontracting credit those expenditures to subcontractors or contractors under a subcontractor that perform a commercially useful function. In addition, each contractor or subcontractor claiming SEED Program qualification shall complete the SEED PROGRAM SMALL BUSINESS DECLARATION.

Firm(Name and Address)

Work, Material or

Service (Provide Brief Description)

Supplier Diversity/SEED Program Status

Percent (%)

(Of Total Proposal

Price)

Dollar Amount

(Of This Firm's Work, Material

or Service)

1.

PROPOSER/PRIME CONTRACTOR

Name      Address     City, State, Zip     Primary Contact      Phone #     License Number & Classification      DIR #      

     

SEED Qualified

Yes No

___ %of Total Proposal

$_________Amount of

Total Proposal

2.

SUBCONTRACTOR

Name      Address     City, State, Zip     Primary Contact      Phone #     License Number & Classification      DIR #      

     

SEED Qualified

Yes No

___ %of Total Proposal

$_________Amount of

Total Proposal

3.

SUBCONTRACTOR

Name      Address     City, State, Zip     Primary Contact      Phone #     License Number & Classification      DIR #      

     

SEED Qualified

Yes No

___ %of Total Proposal

$_________Amount of

Total Proposal

4.

SUBCONTRACTOR

Name      Address     City, State, Zip     Primary Contact      Phone #     License Number & Classification      DIR #      

     

SEED Qualified

Yes No

___ %of Total Proposal

$_________Amount of

Total Proposal

document.docx IFB Construction Bid Forms.dotm7

Page 10: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

document.docx IFB Construction Bid Forms.dotm8

Page 11: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

DESIGNATION OF PRIME CONTRACTOR, SUBCONTRACTORS, AND SUPPLIERS(Continuation Page ; may be duplicated as needed)

SUBCONTRACTOR

Name      Address     City, State, Zip     Primary Contact      Phone #     License Number & Classification      DIR #      

     

SEED Qualified

Yes No

___ %of Total Proposal

$_________Amount of

Total Proposal

SUBCONTRACTOR

Name      Address     City, State, Zip     Primary Contact      Phone #     License Number & Classification      DIR #      

     

SEED Qualified

Yes No

___ %of Total Proposal

$_________Amount of

Total Proposal

SUBCONTRACTOR

Name      Address     City, State, Zip     Primary Contact      Phone #     License Number & Classification      DIR #      

     

SEED Qualified

Yes No

___ %of Total Proposal

$_________Amount of

Total Proposal

SUBCONTRACTOR

Name      Address     City, State, Zip     Primary Contact      Phone #     License Number & Classification      DIR #      

     

SEED Qualified

Yes No

___ %of Total Proposal

$_________Amount of

Total Proposal

SUBCONTRACTOR

Name      Address     City, State, Zip     Primary Contact      Phone #     License Number & Classification      DIR #      

     

SEED Qualified

Yes No

___ %of Total Proposal

$_________Amount of

Total Proposal

document.docx IFB Construction Bid Forms.dotm9

Page 12: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

4.8. CONTRACTOR’S LICENSE INFORMATION

I,       hereby certify under penalty of perjury, that(Print Company Representative Name)

      is/are(Print Company Name)

licensed by the California Department of Consumer Affairs, Contractors State License Board, under Chapter 9 of Division 3 of the Business and Professions Code of the State of California; and that said license(s) is/are in a classification(s) appropriate for the work to be undertaken. It is the responsibility of the Contractor to verify that all of its subcontractors have a California Contractor’s License that is active, current and in good standing.

LICENSE NUMBER(S) CLASSIFICATION(S) EXPIRATION DATE(S)

                 

                 

                 

                 

                 

                 

                 

BIDDER:

Company:      

Street Address:      

City:       State:       Zip:      

Signed:

Print Name:      

Title:      

Telephone:       Fax:      

Email:       Date:      

document.docx IFB Construction Bid Forms.dotm10

Page 13: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

4.9. BID BOND FORM

KNOW ALL MEN BY THESE PRESENTS, that we

I,       as Principal, and(Print Company Representative Name)

      as Surety, are held(Print Company Name)

and firmly bound unto the SACRAMENTO MUNICIPAL UTILITY DISTRICT (hereinafter “SMUD”), in the penal sum of TEN PERCENT OF THE TOTAL AMOUNT BID for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents.

The Condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated       20     .

NOW THEREFORE, if the Principal withdraws said bid within the period specified therein; or if the Principal shall not, within 15 days after the prescribed forms are presented to him/her for signature, for any reason whatsoever except the fault of SMUD, enter into a written Contract with SMUD in accordance with the Bid as accepted, and give bond with a good and sufficient surety as required by the Contract for the faithful performance and proper fulfillment of such Contract, then the above obligations shall be and remain in full force and virtue, otherwise they shall be void.

In the event suit is brought upon this bond by the Obligee and judgment is recovered, the Surety shall pay all costs incurred by the Obligee in such suit, including a reasonable attorney’s fee to be fixed by the Court.

IN WITNESS WHEREOF, we have hereunto set our hands and seals on this       day of      , 20     .

Principal:      

Signed:

Print Name:      

Title:      

Surety:      

Street Address:      

City:       State:       Zip:      

Surety Telephone:      

Attorney in fact

Print Name:      

(The signature of the Surety on this bond must be acknowledged before a Notary Public.)

document.docx IFB Construction Bid Forms.dotm11

Page 14: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

4.10. QUALIFICATION DATA

The Prime Bidder and/or Subcontractors and selected manufacturer must demonstrate in their bid that they meet the following minimum requirements. These requirements are considered pass/fail.

1. Interested parties must sign and return a Confidentiality and Non-Disclosure Agreement prior to SMUD releasing the IFB drawings and prior to being able to attend the pre-bid meeting and site visit/job walk. See the Non-Disclosure/Confidentiality Agreement document uploaded as a separate document in EBSS.

Response:     

Did Bidder sign a Confidentiality and Non-Disclosure Agreement with SMUD? Yes/No

Was the above question answered in the affirmative? Pass/Fail

2. Prime Bidder and/or Subcontractor Experience:

A. Prime Bidder and/or subcontractor must have experience and provide documentation of ten (10) projects in the last five (5) years successfully performing construction services installing valves, instrumentation and controls for a gas transmission pipeline.

a. At least five (5) of the projects shall include valve and mechanical rate-of-drop line break installation experience for similar type and size.

b. Previous SMUD jobs are acceptable.c. Project details to include:

i. Project name and geographic location.ii. Date of work.

iii. Scope of work including type, size, and pressure of pipeline system.iv. Reference contact information (name, current phone number, and email).

Response:     

Has the Bidder provided a list demonstrating ten (10) projects in the last five (5) years successfully performing construction services installing valves, instrumentation and controls for a gas transmission pipeline? Are at least five (5) of the projects valve and mechanical rate-of-drop line break installations for similar type and size? Did the Bidder provide project names, locations, date of work, scopes, and reference information? Pass/Fail

B. Prime Bidder and/or subcontractor must have experience and provide documentation detailing location, approximate length purged, and dates of four (4) natural gas transmission pipeline purging operations performed in the United States in the last twelve (12) months.

Response:     

Has the Bidder provided documentation demonstrating successful completion of four (4) natural gas transmission pipeline purging operations performed in the United States in the last twelve (12) months including approximate locations, length purged, and date of purging? Pass/Faildocument.docx IFB Construction Bid Forms.dotm12

Page 15: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

3. Qualifications of Key Personnel:

A. Proposed Project Managers and Field Supervisors shall:a. Currently work for the Prime Bidder’s company or be a designated subcontractor.b. Have ten (10) years’ experience installing valves, mechanical rate-of-drop line

breaks, instrumentation and controls for gas transmission pipelines.B. Provide with your bid:

a. Resume of proposed Project Manager who shall be responsible for overseeing all aspects of work and serve as SMUD’s single point of contact under this Contract.

b. Resume of proposed Field Supervisors if field supervision not performed by Project Manager.

c. Resumes shall include, at a minimum:i. Name

ii. Positioniii. Experience detailing description of the work, number of valves,

mechanical rate-of-drop line break, and actuators installed, year of work, geographic location, and customer (if not confidential).

iv. Educational background

Response:     

Has the Bidder provided a resume of a Project Manager demonstrating employment by the Bidder’s company with ten (10) years’ experience installing valves, instrumentation and controls for gas transmission pipelines? Pass/Fail

4. The following information is required to be provided with bid submittal, and submission is pass/fail:

A. Bidders approach to Project:a. Descriptive product data sheets or drawings for all proposed equipment including

valve, pups, stem, actuator, line break, controls, and component parts.b. Narrative description and proposed construction approach for excavation, gas

monitoring, purging, valve replacement, and return to service.c. Proposed schedule detailing MLV-9 (valve) order date, factory testing date,

delivery date, start of pre-construction work, pipeline outage duration, and final completion of construction.

d. Training plan outline.

Response:     

Has the Bidder provided product data sheets or drawings of proposed valve, pups, stem, actuator, line break, controls, and component parts for a complete installation at each valve station? Pass/Fail

Has the Bidder provided an installation plan including approach for excavation, gas monitoring, purging, valve replacement, and return to service? Pass/Fail

Has the Bidder provided a schedule detailing MLV-9 (valve) order date, factory testing date, delivery date, start of pre-construction work, pipeline outage duration, and final completion of construction. Pass/Fail

Has the Bidder provided a training plan outline for all required training? Pass/Fail

document.docx IFB Construction Bid Forms.dotm13

Page 16: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

4.11. BID SCHEDULEIFB No. 160101.CAB

Bids will be considered on the following schedule only and no restrictive or conditional bid will be considered. The quantities listed in the schedule are the Engineer’s estimate, are approximated only, being given as a basis for the comparison of bids. SMUD does not, expressly, or by implication, propose or agree that the actual quantities of work will correspond therewith, but reserves the right to increase or decrease the amount of any portion of the work shown by the Bid Schedule, or to omit portions of said work, as may be deemed advisable by the Engineer. Payment for unit price items will be made based on quantities actually installed. The unit price amounts shown below include all labor, material, equipment, engineering, and incidentals required to provide the work specified.

ITEM NO. DESCRIPTION QTY U/M TotalMain Line Valve #9

1(SC-3.1, TC4-10, TC12-16, TC20 - 22)

Supply, test, and deliver Main Line Valve #9 (inclusive of all costs) 1 LS $     

1.1(SC-3.2, TC-

24)

Ground Water Wells and Monitoring (inclusive of all costs) 1 LS $     

1.2(SC-3.3, TC-

24)

Ground Water Pumping (inclusive of all costs for 4 weeks) 1 LS $     

1.3(SC-3.4, TC11)

Supply and Install Natural Gas Monitoring Tap (inclusive of all costs for both)

1 LS $     

1.4(SC-3.5,

TC23-26)

Install Main Line Valve #9 (inclusive of all costs) 1 LS $     

1.5(SC-3.6, TC25)

Pipeline purging (inclusive of all costs) 1 LS $     

1.6(SC-3.7,

TC21,23,26)

Commission Main Line Valve #9 (inclusive of all costs) 1 LS $     

Main Line Valve #22

(SC-3.1, TC4-10, TC12-16, TC20 - 22)

Supply, test, deliver, and commission Main Line Valve #2 (inclusive of all costs) 1 LS $     

2.1(SC-3.7,

TC21,23,26)

Commission Main Line Valve #9 (inclusive of all costs) 1 LS $     

3(TC-27)

Training (inclusive of all costs) 1 LS $     

document.docx IFB Construction Bid Forms.dotm14

Page 17: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

4. Additional SMUD Directed Work (See SC-14)Cost/Unit Est. Qty Total

4.1 Ground Water Pumping (inclusive of all costs)

$      /Week 4 Weeks $     

4.2 Hydrovac Excavation (inclusive of all costs)

$     /Cu. Yd.

8 Cu. Yds. $     

4.3 Thrust block demolition (inclusive of all costs)

$     /Cu. Yd.

5 Cu. Yds. $     

Est. Qty. Multiplier Total4.4 Prime and Subcontract Craft Labor, All

Trades, Straight Time $12,000 1.       $     

4.5 Prime and Subcontract Craft Labor, All Trades, Overtime $4,500 1.       $     

4.6 Prime and Subcontract Craft Labor, All Trades, Double Time $6,000 1.       $     

4.7 Materials (not otherwise included in the cost of line items above) $5,000 1.05% $5,250

4.8 Equipment (not otherwise included in the cost of line items above) $10,000 1.05% $10,500

5 Total of Items 1 - 4.8 $     Note: SMUD’s evaluations for award will include SEED Price Advantage calculations

CRAFT LABOR GENERAL

This section describes the method of payment for craft labor to perform contract work. Labor shall include a Foreman and the appropriate Craft Labor to complete the work.

PRIME CONTRACTOR LABOR

The Contractor will be reimbursed at the Prevailing Wage Rate as determined by the Director of the Department of Industrial Relations of the State of California for the labor hours of any class, directly and solely engaged in the performance of the work when approved by the Contract Manager plus the Markup bid. The applicable Prevailing Wage Rate is the published rate in effect at the time the work is performed. Overhead, profit, and all insurance costs (including Workers Compensation insurance, and all employer payroll taxes including but not limited to FICA, Medicare, FUI, and SUI) and other direct costs, that are not defined as part of the Prevailing Wage Rate as determined by the Director of the Department of Industrial Relations of the State of California are to be included in the Markup. The Prevailing Wage Rate is as defined in Section 1773.1 of the Labor Code of the State of California. (http://www.leginfo.ca.gov/cgi-bin/displaycode?section=lab&group=01001-02000&file=1770-1781) The Markup for labor and all other items shall also include profit, overhead, office costs, administration, estimating, engineering, general superintendence/supervision, consumables, small tools, and all miscellaneous cost allocations for items not directly and solely engaged in the performance of the work. Wage payments in excess of the established Prevailing Wage rates shall be included in the Markup bid.

CRAFT LABOR PERSONA Craft Labor person is an individual who is skilled to perform the type of work that is assigned (i.e. Operator, Teamster, Laborer, Carpenter, etc). Measurement for payment for Craft Labor will be the actual number of hours required to perform the work. Labor will be reimbursed at the prevailing wage for the Craft(s) used in the performance of the work multiplied by the Contractor’s multiplier as bid.document.docx IFB Construction Bid Forms.dotm15

Page 18: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

FOREMANThe Foreman is a person assigned to a specific task or job site, coordinates and supervises work of the Craft Labor, and physically works at job site.

The Foreman shall be on the job site at all times.

Measurement for payment for Foreman will be actual number of hours required to perform the work.

SUPERINTENDENT A Superintendent working and stationed at the job-site overseeing foremen of various crafts is reimbursable at up to 10% above the established Foreman Prevailing Wage rate of the highest paid craft crew working at the job-site plus the Prime/Subcontract Labor Markup bid. Wage payments in excess of 10% above the established Foreman Prevailing Wage rate shall be included in the Markup bid. Where there is no established Foreman Prevailing Wage rate for the work performed, an addition of up to 20% of the journeyman’s rate will be allowed for reimbursement.

MISCELLANEOUS LABOR PROVISIONS

The Contractor shall furnish all small hand tools and equipment normally carried or provided by the respective Craft labor persons. These items shall be considered, as incidental to the work and no separate payment will be made. Light trucks, containers, fences, sanitary and miscellaneous construction facilities, tools, lathes, pipe cutters or threaders, etc. are considered overhead and are not separately reimbursable. Commuting to and from the jobsite is not reimbursable under the contract labor billing rates. Labor charges shall apply only for work performed at the jobsite. All travel and other expenses must be approved by the Contract Manager in a Task Authorization.

SUBCONTRACTOR LABORSubcontract Labor of any tier will be reimbursed to the Prime Contractor as described above for Prime Contractor Labor. The markup for subcontractor Labor will be the same markup as the bid markup for Prime Contractor Labor. Reimbursement for Independent Subcontractors and/or Sole Proprietors/Owner Operators shall not exceed the journey level Prevailing Rate times the Labor Multipliers bid. No additional markups are reimbursable for subcontractors.

document.docx IFB Construction Bid Forms.dotm16

Page 19: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

SAMPLE MULTIPLIER PREVAILING WAGE RATE CONTRACT CALCULATION

Prime Contractor/SubcontractorBilling on Non

Restricted hours full ST PW Rate)

Restricted Hour Billing on

1 1/2 X PW Rate)

Restricted Hour Billing on

2 X PW Rate)

LABOR COST DIR Laborer 12042007

DIR Laborer 12042007

DIR Laborer 12042007

PREVAILING WAGE RATE: Area 2 Const. Spec.

Area 2 Const. Spec.

Area 2 Const. Spec.

BASIC HOURLY Straight time RATE $25.84FRINGE BENEFITSHEALTH & WELFARE $5.54 $5.54 $5.54PENSION $5.12 $5.12 $5.12VACATION/HOLIDAY $2.28 $2.28 $2.28TRAINING & OTHER $0.47 $0.47 $0.47

SUBTOTAL Fringe Benefits $13.41 $13.41 $13.41TOTAL PREVAILING WAGE $39.25 $39.25 $39.25OT Premium for 1 1/2 time $12.92OT Premium for 2X $25.84ADDITIONAL PAYROLL BURDENSFICA/MEDICARE to $94,200 Include in Mark-Up Actual cost Actual costFUI; UP TO $7000/YR Include in Mark-Up Actual cost Actual costSUI VARIABLE; ETT $7,000/SDI $79,408/UI Include in Mark-Up Actual cost Actual costPer Diem; if applicable Include in Mark-Up Actual cost Actual costWORKERS COMP INSURE 3%-20% Include in Mark-Up Actual cost Actual cost

SUBTOTAL Additional Payroll Burdens Subtotal Include in Mark-Up

All OTHER BURDENSGENERAL/AUTO INSURANCE 1%-10% Include in Mark-Up

Project Management/SUPERVISION (general-non working) Include in Mark-Up

SUPERVISION Foreman) (working supervisor)Billable if

approved by SMUD in advance

PROCUREMENT Include in Mark-Up

OTHER INDIRECT COSTS (Accounting, consumables, small tools, phones, technology, temporary facilities, temporary power etc.

Include in Mark-Up

SUBTOTAL All Other Burdens Subtotal Include in Mark-Up

PROFIT Est. (Total Actual Cost WO Profit-Base Hourly)

Include in Mark-Up

MARKUP (on Prevailing Wage)% 40.00%MULTIPLIER 1.40

TOTAL Billing per Hour. $54.95$67.87 plus

actual cost of items shown

above

$80.79 plus actual cost of items shown

above

document.docx IFB Construction Bid Forms.dotm17

Page 20: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

DETERMINATION OF QUANTITIES & SCOPE OF PAYMENT

The quantity of work to be paid for under any Bid Item of work will be for the actual work performed. No payment will be made for work done outside of prescribed or ordered limits.

Additional SMUD Directed Work Bid Item

The Contractor’s bid is to be considered all-inclusive to perform the work of this contract. SMUD may, at its discretion, determine that additional work is required to be included as part of this contract. The Contractor, when so directed by SMUD, will perform such additional work as part of this contract. Bid Item 4 of the Bid Schedule, in the amount shown may be used to pay for said additional work. Payments under Bid Item 4 will be made only for that additional work that is authorized by SMUD in writing. Costs in excess of the amount allocated for this item are not reimbursable.

The Engineer shall approve all material and equipment payable under this item in advance and in writing. Payment will not be made under this item for subcontract labor, materials or equipment that is considered as part of the work under other Bid Items.

SMUD Holidays

SMUD recognizes the following holidays: New Year’s Day, Martin Luther King’s Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday following Thanksgiving Day, and Christmas Day.

MATERIALS

This Bid Schedule item provides a method of payment for materials. This Bid Schedule item will not be paid to the Contractor in a lump sum. Payment under this item will be made for material or equipment that is actually required to perform contract work.

Payment to the Contractor under this item will be the actual invoice amount including sales tax times the Material Multiplier in the Bid schedule.

EQUIPMENTThis Bid Schedule item provides a method of payment for equipment.  This Bid Schedule item will not be paid to the Contractor in a lump sum.  Payment under this item will be made for equipment that is actually required to perform contract work . Payment to the Contractor under this item will be the actual invoice amount including sales tax times the Equipment Multiplier in the Bid schedule.  The Inspector shall approve all equipment rentals prior to placing an order.

CONTRACTOR-OWNED EQUIPMENT

Whenever practical, construction equipment which the Contractor has on the jobsite and which is of a type and size suitable for use in performing the extra work shall be used.  In no case shall the charges for Contractor owned equipment exceed 85% of the equipment rental rates set forth in the current edition of the “Labor Surcharge & Equipment Rental Rate Book (Cost of Equipment Ownership)” published by California Department of Transportation (CALTRANS), available at http://www.dot.ca.gov/hq/construc/equipmnt.html.

document.docx IFB Construction Bid Forms.dotm18

Page 21: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

In case of discrepancy between the words and numbers of the bid price, the words shall govern. In case of discrepancy between the unit prices bid and the extensions thereon, the unit prices shall govern. In case of an error in the addition of the total bid amount for all bid items the corrected total shall govern.

The rates proposed above shall remain fixed for the duration of the contract unless otherwise approved in writing by SMUD.

BIDDER:

Company:      

Street Address:      

City:       State:       Zip:      

Signed:

Print Name:      

Title:      

Telephone:       Fax:      

Email:       Date:      

document.docx IFB Construction Bid Forms.dotm19

Page 22: IFB Construction Bid Forms - BidNet  · Web viewThis document is an electronic copy of the Bid Forms in MS Word 7.0 which contains fill-in fields. The document is labeled . ... 8

SACRAMENTO MUNICIPAL UTILITY DISTRICT IFB NO. 160101.CAB

4.12. Optional Pricing (Not Evaluated): Include this optional pricing in your bid in a separate sealed envelop.ITEM NO.

DESCRIPTION QTY U/M Total

1(TC-19)

Supply and Install Electrical Controls – MLV-9 (inclusive of all costs) 1 LS $     

2(TC-17)

Supply and deliver 24 inch Diameter Pipe (inclusive of all costs) 1 LS $     

3(TC-18)

Supply and deliver 20 inch Diameter Pipe (inclusive of all costs) 1 LS $     

BIDDER:

Company:      

Street Address:      

City:       State:       Zip:      

Signed:

Print Name:      

Title:      

Telephone:       Fax:      

Email:       Date:      

document.docx IFB Construction Bid Forms.dotm20