Site Works Package 3 (SW-3)

Salt Lake City Department of Public Utilities (SLCDPU) – New Water Reclamation Facility (WRF) Project

SW-3 Site Finishing GMP Package                                                     Project No.: 524905398

INSTRUCTIONS TO BIDDERS: Sundt/PCL, a Joint Venture is accepting bids for the SW-3 Site Finishing GMP Package, defined in the Contract Documents and other associated parts of the work included as part of the SLCDPU New WRF Project. The Project is generally described as new construction of a WRF located at 1365 W 2300 N, Salt Lake City, UT 84116, as indicated in the Contract Documents.

Sundt/PCL is seeking and encouraging qualified, disadvantaged business enterprises (DBEs) for all areas as listed below.

This project is receiving funding from the U.S. Environmental Protection Agency (EPA) Water Infrastructure Finance and Innovation Act (WIFIA) loan program. As such, an entity who wants to be considered as a DBE must meet the requirements of Title 40 Part 33 – Participation by Disadvantaged Business Enterprises in United States Environmental Protection Agency Programs. Qualified DBEs must complete Section 4.0 of the MBE/WBE/DBE/DVBE/HUB Participation on Attachment 2_Scope Bid Form.xlsx. Sundt/PCL will verify certification through the Small Business Administration and may give preference to verified DBE’s.

The participation goals for Minorities and Females are established as a percentage participation rate, expressed in percentage terms for the Sundt/PCL aggregate workforce in each trade on all construction work. Goals for Females is a nationwide goal of 6.9%.  Goals for Minorities for the “economic area” of the Salt Lake City-Ogden, UT covered area and is 6.0%.

ALL entities are expected to comply with federal regulations pursuant to WIFIA loan program requirements referenced in Addendum I (WIFIA Requirements).  Several of these federal regulations include, but are not limited to:

  1. Davis-Bacon Wage Requirements
  2. American Iron and Steel (AIS) Requirements
  3. Disadvantaged Business Enterprise (DBE) Requirement
  4. Federal Nondiscrimination, Civil Rights, and EEO Requirements
  5. Federal Lobbying Restrictions

* DBE means an entity owned or controlled by a socially and economically disadvantaged individual as described by Public Law 102-389 (42 U.S.C. 4370d) or an entity owned and controlled by a socially and economically disadvantaged individual as described by Title X of the Clean Air Act Amendments of 1990 (42 U.S.C. 7601 note); a Small Business Enterprise (SBE); a Small Business in a Rural Area (SBRA); or a Labor Surplus Area Firm (LSAF), a Historically Underutilized Business (HUB) Zone Small Business Concern, or a concern under a successor program.

Debarment and Suspension, Executive Order 12549, 51 FR 6370, February 21, 1986: Contractor certifies that it will not knowingly enter into a contract with anyone who is ineligible under the 40 CFR Part 32 to participate in the Project. Suspension and debarment information can be accessed at https://sam.gov. Contractor represents and warrants that it has or will include a term or conditions requiring compliance with this provision in all of its subcontracts under this Agreement.

New Restrictions on Lobbying, 31 USC 1352: All contractors who anticipate working on this project must be registered with https://sam.gov and have no active exclusions prior to receiving a contract on this project. Register prior to submitting a bid and provide documentation of your entity’s registration.

The following scopes are associated with this Work Package:

  1. ONLY SCOPE OF WORK NOTED ON DRAWINGS AS SW-3 SITE FINISHING IS INCLUDED IN THIS CONTRACT PACKAGE.
  2. Ancillary project controls and work as defined in the General Conditions and Division 01 specifications not explicitly listed below.
  3. Earthwork including clearing and grubbing, site preparation, temporary construction road removal, and general construction area preparation.
  4. Foundation and soil preparation for roadways.
  5. Paving.
  6. Grading.
  7. Curb and Gutter and Sidewalks.
  8. Partial Demolition of the Existing Trickling Filters containing Trickling Filter Rock, and extraction of existing trickling filter rock.
  9. Placement of Trickling Filter Rock south of Wetlands.
  10. Site lighting and power to site lighting. Modifications to site entrance points including new motorized access gates and existing motorized gate and associated facilities, keycard readers and cameras, passenger vehicle height call box, dual height card readers with call boxes, and Security Cabinets at gates.
  11. Outdoor Wireless Access Points.
  12. Chain-Link Fencing replacement in locations where existing fence has gaps or damages and were selected under the alternate.
  13. Site Signage and Way Finding.
  14. Smoking Shelter.
  15. Detention Pond in Wetlands Area.
  16. Wetlands and Detention Pond surface restoration per alternates.

Please note that Sundt/PCL will self-perform the listed scopes below:

  1. Structural Cast In Place Concrete
  2. Structural Steel and Miscellaneous Metals Installation
  3. Backfill
  4. Site Grading
  5. Site piping Installation
  6. Process Piping Installation

We are requesting material bids associated with the following scopes:

  1. Architectural
  2. Electrical & Instrumentation
  3. Landscape
    1. Decorative Rock
    2. Seeding
    3. Site Restoration
  4. Fence & Gates
  5. Paving & Striping
  6. Curb, Gutter, & Sidewalks
  7. Signage
  8. Prefabricated Metal Shelter
  9. Precast Modular Block Retaining Wall & Jersey Barrier
  10. Bollards

Bid opening will be private following the bid due date. The bids will be opened and recorded in front of Salt Lake City Department of Public Utilities staff. After the opening of bids, Sundt/PCL will review all bids for compliance with the bidding documents. A scope reconciliation with each bidder may be scheduled to review any scope clarifications prior to award.

Bids are due no later than 2:00 PM MST, October 4, 2024. Bidding documents can be obtained by contacting Sundt/PCL at jmmoore@sundt.com. Please do not contact Owner or Engineer. All questions to be emailed to jmmoore@sundt.com. and are due no later than 14 calendar days prior to bid due date. Procedures for submitting bids, claiming an error, withdrawal of bids and other pertinent information are contained in the Instructions to Bidders. Sundt/PCL and Owner reserves the right to reject any or all bids.