Summary of Specifications:
Sealed proposals for the Christian Hills West Water Main Replacement and Road Resurfacing Project, E13-024 will be received at the City of Rochester Hills’ Purchasing Division located at 1000 Rochester Hills Drive (Lower Level), Rochester Hills, Michigan 48309 until EXACTLY 3:00 P.M., Michigan Time, on THURSDAY, JUNE 19, 2014 at which time the bids will be publicly opened and read aloud. The City of Rochester Hills officially distributes bid documents from the Purchasing Division or through the Michigan Intergovernmental Trade network (MITN). Copies of bid documents obtained from any other source are not considered official copies. Only those vendors who obtain bid documents from either the Purchasing Division or the MITN System are guaranteed access to receive addendum information, if such information is issued. The first step to do business with the City is to become a registered vendor by visiting the City website at www.rochesterhills.org, click on City Services, Purchasing, and then Vendor Registration. Final bid results will be posted on the MITN website after award. The Contract, Specifications and Plan documents for this project are available on the MITN system. A complete paper copy of the Contract, Specifications and Plan documents can be obtained from the City of Rochester Hills Purchasing Division (lower level) at 1000 Rochester Hills Drive, Rochester Hills, Michigan 48309 and will require a non-refundable fee of $45.00. Checks/money orders must be in the possession of the City before documents/drawings will be mailed. Each bid shall be accompanied by a certified check or a bid bond in an amount not less than 5% of the bid amount. The bond shall be with a Surety licensed and admitted to do business in the State of Michigan and in a form acceptable to the City of Rochester Hills. All bids shall be opened publicly at the date and time specified. The City of Rochester Hills reserves the right to postpone the bid opening for its own convenience. Each bid shall be recorded together with the name of the bidder. Bids shall be in accordance with the Purchasing Ordinance and the requirements of this notice in order to be deemed “responsive.” No late bids will be accepted. The City assumes no responsibility for errant delivery of bids, including those relegated to a courier agent who fails to deliver in accordance with the time and receiving point specified. Proposals are considered received when in the possession of the Purchasing Division at the due date and time. Bidders should note that 60% of the work being done by the Prime Contractor must be done by the Contractor’s own forces. Bidders must be pre-qualified as a combination/joint Cb/Ea/K with the Michigan Department of Transportation. The accepted bidder will be required to furnish Insurance Certificates, Payment, Performance and Maintenance Bonds underwritten by a Surety licensed and admitted to do business in the State of Michigan and acceptable to the City. Bids are to be submitted in a sealed envelope, plainly marked “BID – “Christian Hills West Water Main Replacement and Road Resurfacing Project” and received by the City of Rochester Hills’ Purchasing Division on or before the time and date given above. It is the intention of the City of Rochester Hills to award this Contract to a Contractor fully capable both financially and with previous experience in this type of work. Selection of bidder will include qualifications and performance records as outlined in instructions to bidders. The right to accept any bid, to reject any or all bids and to waive defects in bids is reserved by the City of Rochester Hills. Portions of this Contract may be deleted due to unforeseen circumstances without compensation. The City’s acceptance of a bid and approval of the award of a contract shall not constitute a formed contract and the acceptance of a bid and award of a contract shall be contingent and conditioned upon the parties’ entry into and execution of a written agreement acceptable to the City. The City reserves the right to change or amend the bid documents, prior to the bid opening date by the issuance of addendum posted on the MITN website. It shall be the contractor’s responsibility to make inquiry as to the changes or addenda issued. All such changes or addenda shall become a part of the contract and all contractors shall be bound by such changes or addenda.
1. SCOPE OF WORK Part A - Water Main Replacement The replacement of approximately 12,200 LFT of 8 inch cast iron water main and 15,105 LFT of 6 inch cast iron water main with 10 inch HDPE SDR 11 pipe via the pipe bursting method. This work includes, but is not limited to, gate valve and well removal and installation, PRV and well installation, fire hydrant removal and installation, concrete curb & gutter removal and replacement, pathway removal and replacement, approach removal and replacement (including ADA ramps), restoration and other miscellaneous items of work. The contractor will be responsible for supplying customers with a potable source of water. The City will agree to review alternate methods of water main replacement, but the contractor will need to verify method is acceptable and identify changes in quantities. Part B - Asphalt Rehabilitation The project consists of a 2 inch HMA 5E3 (PG64-22) overlay. Prior to resurfacing, the existing pavement will be edge milled from zero to 2 inch depth over 6 feet, perform localized base repairs, and perform joint repairs. The typical existing road cross section consists of approximately 4 to 5 inches of HMA placement placed over existing sub-grade. The contractor shall maintain local traffic at all times. Road closure signs shall be provided and installed by the Contractor according to the specifications and details provided in the Special Conditions for Traffic Maintenance and Control, if necessary.
Please login to MITN to download complete bid specifications and plan documents.