CITY OF TACOMA Department of Public Utilities Tacoma Power

Size: px
Start display at page:

Download "CITY OF TACOMA Department of Public Utilities Tacoma Power"

Transcription

1 CITY OF TACOMA Department of Public Utilities Tacoma Power ADDENDUM NO. 1 DATE: August 4, 2017 REVISIONS TO: Request for Bids Specification No. PG F TPU Eductor Waste Decant Facility NOTICE TO ALL BIDDERS: This addendum is issued to clarify, revise, add to or delete from, the original specification documents for the above project. This addendum, as integrated with the original specification documents, shall form the specification documents. The noted revisions shall take precedence over previously issued specification documents and shall become part of this contract. REVISIONS TO THE SUBMITTAL DEADLINE: The submittal deadline remains the same August 29, REVISIONS TO THE GENERAL INFORMATION and REQUIREMENTS: Revise Request for Bids page: Project estimate revised to $2,060,000 - $2,360,000. REVISIONS TO THE PROPOSAL PAGES: Replace Proposal Pages 3 and 4 with revised pages: Addition of Alternate Bid Item 1 35 th Street ADA Crosswalk and Curb Ramps. REVISIONS TO THE SPECIAL PROVISIONS: Replace Section Summary of Work Pages 1 and 4 with revised pages: Addition of Alternate Bid Item 1 35 th Street ADA Crosswalk and Curb Ramps. Replace Section Measurement and Payment Pages 7 and 8 with revised pages 7 thru 10: Addition of Alternate Bid Item 1 35 th Street ADA Crosswalk and Curb Ramps. REVISIONS TO THE PLANS: Insert Alternate Bid Item 1 drawings: Drawing No. PP4585 PP4586 PP4587 PP4588 REF 1 Drawing Name Parking Lot A1 Curb Ramps Cover Sheet Parking Lot A1 Curb Ramps, Layout & Plans Parking Lot A1 Curb Ramps, Notes & Details Parking Lot A1 Curb Ramps, City of Tacoma Standard Details Department of Public Works, Private Work Order General Notes NOTE: Acknowledge receipt of this addendum by initialing the corresponding space as indicated on the proposal page.

2 Specification PG F Addendum No. 1 August 3, 2017 Page 2 Vendors who have already submitted their bid/proposal may contact the Purchasing Division at and request return of their bid/proposal for acknowledgment and re-submittal. Or, a letter acknowledging receipt of this addendum may be submitted in an envelope marked Request for Bids Specification No. PG F Addendum No. 1. The City reserves the right to reject any and all bids, including, in certain circumstances, for failure to appropriately acknowledge this addendum. Patsy Best, Procurement and Payables Manager Finance/Purchasing Division Cc: Ryan McLaughlin, Generation/Plant Engineering & Construction Svcs Terry Ryan, Generation/ Plant Engineering & Construction Svcs Form No. SPEC-220A Revised: 08/10/2011

3 (PG F) PROPOSAL Name of Bidder QUANTITY BID UNIT UNIT COST TOTAL COST ITEM 1 Mobilization/Demobilization LS $ ITEM 2 Erosion /Sediment Control LS $ ITEM 3 Clear and Strip Site LS $ ITEM 4 Site Grading LS $ ITEM 5 Storm Drainage LS $ ITEM 6 Sanitary Sewer LS $ ITEM 7 Water Service LS $ ITEM 8 Furnish & Install Pipe Zone Bedding 100 TON $ $ ITEM 9 Site Improvements LS $ ITEM 10 Structural Fill 200 TON $ $ ITEM 11 Decant Facility LS $ ITEM 12 Canopy LS $ ITEM 13 Base Course and Rip Rap 1300 TON $ $ ITEM 14 Pavement Hot Mix Asphalt 750 TON $ $ ITEM 15 Electrical LS $ ITEM 16 Street Improvements LS $ ITEM 17 *Force Account $ 100,000 *Bidders shall include the $ 100,000 figure as part of their overall bid 3

4 (PG F) PROPOSAL Name of Bidder QUANTITY BID UNIT UNIT COST TOTAL COST SUB-TOTAL ITEMS 1-17 $ ALTERNATE BID ITEM 1 35 th Street ADA Crosswalk and Curb Ramps LS $ SUB-TOTAL ITEMS 1 17 with ALTERNATE BID ITEM 1 **Sales (**Note Paragraph 1.13 of General Provisions) TOTAL AMOUNT $ $ $ NOTE TO BIDDERS A pre-bid meeting will be held at the project site on Friday, August 11, 2017, 11:00 a.m., at Tacoma Public Utilities, Administration Building North, 3628 South 35 th Street, Tacoma, WA 98409, in Conference Room ABN-G1. Please confirm your attendance with Ms. Kimberly Ward via , at kward2@cityoftacoma.org. If you are unable to attend this meeting, please call the SBE (Small Business Enterprise) Office at and/or the LEAP (Local Employment and Apprenticeship Program), at , for instructions in filling out the SBE/LEAP forms (if applicable) or for questions concerning these requirements. Addendum acknowledgement: #1 #2 #3 #4 THIS PAGE MUST BE SIGNED AND RETURNED WITH SUBMITTAL 4

5 DIVISION 1 - SPECIAL PROVISIONS 1.1 PROJECT DESCRIPTION SECTION SUMMARY OF WORK This project includes the construction of an Eductor Waste Decant Facility. Work will include erosion and sedimentation control, site grading to include excavation and embankment earthwork, structural excavation and structural backfill, erosion control, enclosed storm drainage systems, enclosed sanitary sewer systems, and connection to an existing water system, pumping systems, plumbing systems, electrical systems, storm water treatment facilities, cement concrete, concrete structures, metal building structure, HMA pavement, pavement marking, minor landscaping, seeding, and other work, all in accordance with the attached Plans and Specifications. NOTE: This bid has requested one (1) alternate bid item for the demolition of 2 existing pedestrian curb ramps and for the new construction of 2 new ADA compliant pedestrian curb ramps each side of the A1 parking lot entrance at 3628 South 35th Street, Tacoma WA The contractor shall supply all materials required to complete the work required by this contract in excess of those materials to be supplied by Tacoma Power as listed in Section Project Coordination, Paragraph 1.6B. In all cases, the City s contract is with one (1) general contractor and it is the general contractor s responsibility to ensure all work required to provide a complete and operational facility is included in their bid. When possible, the City has attempted to reference work which should be coordinated with various trades, but it is the contractor s responsibility to coordinate and schedule the work of all subcontractors, trades, and suppliers to assure the proper and timely prosecution and completion of all items of work. 1.2 PROJECT LOCATION This project is located at the 4102 South 74th Street, Tacoma, WA 98409, and as shown on Tacoma Power Drawing No. G1.0. The project is located in Pierce County, Washington. 1.3 SITE SHOWING The bidder will be responsible for examining the site(s) and to have compared the sites with the specifications and contract drawings contained in this specification, and be satisfied as to the facilities and difficulties attending the execution of the proposed contract (such as uncertainty of weather, floods, nature and condition of materials to be handled and all other conditions, special work conditions including work schedules, obstacles and contingencies) before the delivery of their proposal. No allowance will be subsequently made by the City on behalf of the bidder by reason of any error or neglect on the bidder s part, for such uncertainties as aforesaid. A site showing will be conducted on Friday, August 11, 2017, immediately following the pre-bid meeting. Due to the nature of this project, the bidder is responsible for examining the site prior to placing a bid. Only one (1) site showing will be conducted. It is the bidder s responsibility to assure that they attend the site showing as scheduled. If the contractor cannot make the listed showing, they may be able to coordinate a visit to the site on their own. Failure to examine the site may be grounds to reject the bid. Tacoma Power shall make no adjustment to the price or provide any compensation to the contractor for impacts relating to the contractor s failure to consider the potential impacts of not only the site conditions observed, but changes in the observed conditions that could have been foreseen by the contractor. Section Page 1 Specification No. PG F

6 B. QUALIFIED SUPERINTENDENT The Contractor shall employ a competent superintendent who shall be present at the project site at all times during the entire progress of the work. The superintendent shall be on site even when only a subcontractor is working, unless otherwise approved by the engineer. The superintendent shall be satisfactory to the contractor and shall have full authority to act on their behalf. It will be the superintendent s responsibility to have a set of plans and specifications on the project site during the progress of the work. The superintendent shall mark or record on the plans all changes made during construction. Such as-built plans shall be available to the engineer at all times and shall be delivered to the engineer upon completion of work. NOTE: The final retained portion of this contract shall not be released for any reason until complete as-built plans are received and approved by the engineer. 1.8 SPECIFICATIONS AND DRAWINGS The following drawings, attached to these specifications, are made a part of the contract: All construction and reference drawings attached to these specifications, and listed on Drawing G1.0, are made a part of the contract. Alternate Bid Item 1: 35 th Street ADA Crosswalk and Curb Ramps construction and reference drawing associated with this alternate bid item are listed on Drawing PP4585. All contract drawings are reduced to approximately half-size. Typical full-size prints are available and may be inspected by prospective bidders in the office of the Assistant Generation Manager - Generation Section, Tacoma Power, Third Floor, Tacoma Public Utilities Building, 3628 South 35th Street, Tacoma, Washington. Copies of original drawings may be obtained through the engineer during the bidding period. The contractor will be required to pay for all City-made full-size prints. One (1) electronic set of For Construction drawings and specifications will be furnished to the successful bidder for construction purposes. The contractor shall keep on the job site a full-size copy of the drawings and the specifications, and shall, at all times, give the engineer access thereto. 1.9 EVALUATION OF BIDS The award of this contract will not be based on cost alone as other factors and features are equally important. The contract will be awarded to the lowest responsive and responsible bidder complying with the specifications; provided such bid is reasonable and it is in the best interests of the City to accept. The City, however, reserves the right to reject any and all bids and to waive any informalities in bids received. The City reserves the right to let the contract to the lowest responsive and responsible bidder whose bid will be most advantageous to the City, price and any other factors considered. All other elements or factors, whether or not specifically provided for in this contract, which would affect the final cost to and the benefits to be derived by the City will be considered in determining the award of the contract. In addition, the bid evaluation factors set forth in City Code Section may be considered by the City. The conclusive award decision will be based on the best interests of the City. The engineer s decision as to which contractor best meets the City s need will be final. In addition to General Provisions Section 1.08, the following factors will be used in bid evaluation: A. Experience and success of both company and superintendent completing at least three (3) projects of similar scope, complexity and overall cost. Section Page 4 Specification No. PG F

7 B. PAYMENT The lump sum (LS) contract price for Street Improvements shall be full compensation for this bid item. Cost for traffic control on Madison and on 74 th Street shall be incidental to this bid item. 17. FORCE ACCOUNT, PER LUMP SUM A. MEASUREMENT Measurement will be made for Force Account in accordance with Section of the latest edition of the Standard Specifications for Road, Bridge and Municipal Construction of the Washington State Department of Transportation as modified by Force Account Work in the Special Provisions or on negotiated lump sum or unit price change orders added to the contract. B. PAYMENT Payment shall be made for change order items added to the contract which shall be treated as a deduct to the force account remaining available. Force Account, as listed in the proposal. ALTERNATE BID ITEM 1 35TH STREET CROSSWALK AND CURB RAMPS NOTE: See Paragraph 1.7 Alternates for additional detail. A. MEASUREMENT 35th Street ADA Crosswalk and Curb Ramps shall be measured per lump sum (LS) and shall include all labor, materials and equipment required to demolish exiting sidewalk, pedestrian ramp, curb, and gutter and construct the new ADA compliant sidewalk, ramp, curb, gutter, detectable warning surface on the east and west side of the entrance to the TPU Parking lot A1 located at 3625 South 35th Street, Tacoma WA Costs shall include all costs associated with asphalt cutting, asphalt and concrete demolition, asphalt patching, and new concrete as outlined on the attached plans associated with this alternate bid item. Costs shall also include new cross walk and vehicle stop-bar stripe painting and red no parking painting along new west curb in compliance with industry standards. Cost associated with releveling utility vaults as necessary for revised sidewalk and asphalt grades shall be incidental to this bid item. Costs associated with the development, permitting, and execution of a traffic control plan in accordance with the City of Tacoma standards shall be incidental to this bid item. Costs associated with providing redline as-builts for the work associated with Alternate Bid Item 1: 35th Street ADA Crosswalk shall be incidental to this bid item. Cost associated with re-establishing landscaping on the west curb installation area disturbed by proposed work shall be incidental to this bid item. B. PAYMENT 35th Street ADA Crosswalk and Curb Ramps shall be per lump sum (LS) and shall full compensation for all costs associated with this alternate bid item. 1.3 SCHEDULE OF VALUES LIST The following listing shall be used by the contractor as a minimum breakdown for the two (2) Schedule of Values required for this project (building and civil work). Section Page 7 Specification No. PG F

8 For each item, the contractor shall determine the unit of measure such as lump sum (LS), per each (EA), linear feet (LF), ton (TON), or cubic yard (CY), etc., and as approved by the engineer: 1. Mobilization (not otherwise listed below) 2. Permits/Bonds/Insurances 3. As-Built Drawings 4. General Submittals (all except mechanical and electrical) 5. General punchlist and Closeout (1-percent of subtotal of all work not shown elsewhere to have separate punchlist and closeout line item) 6. Contract Administration 7. Supervision 8. Survey and Layout 9. Site Clearing and Preparation 10. Building Foundation Excavation, Backfill, and Compaction 11. Building Backfill and Finish Grading 12. Asphalt Paving 13. Crushed Surfacing 14. Pipe Zone Bedding 15. Site Concrete Work 16. Power Site Conduits 17. Water Service and Hydrant 18. Sanitary Sewer 19. Storm Sewer 20. Miscellaneous Site Items (bollards, etc.) 21. Chain Link Fencing 22. Concrete Foundations 23. Concrete Floor Slabs 24. Grouts and Underlayments 25. Structural Steel 26. Miscellaneous Steel Fabrications 27. Metal Railings 28. Metal Roofing 29. SBS Membrane Roofing 30. Flashings and Sheet Metal 31. Roof Accessories 32. Sealants 33. Stripe Painting 34. Floor Painting 35. Electrical On-Site Work 36. Electrical Building Rough-In Materials 37. Panel, Gear and Fuses 38. Light Fixtures 39. Communication Conduit System 40. Fire Alarm System 41. Automated Communications Cost to Coordinate Fire Alarm to TPU Panel Section Page 8 Specification No. PG F

9 42. Security System 43. Punchlist (maximum 2-percent of job total) 44. Demobilization/Closeout 1.4 FORCE ACCOUNT WORK This section supersedes Section 3.10, Paragraph C of the General Provisions. In certain circumstances, the contractor may be required to perform additional work. Where the work to be performed is determined to be extra and not attributed to the contractor s negligence, carelessness, or failure to install permanent controls, it shall be paid in accordance with the unit contract price or by force account. Such additional work not covered by contract items will be paid for on a force account basis in accordance with Section of the Standard Specifications or as a negotiated change order with lump sum or unit price items. For the purpose of providing a common proposal for all bidders and for that purpose only, the City has estimated the potential cost of force account work, and has entered the amount in the bid proposal to become a part of the total bid by the contractor. However, there is no guarantee that there will be any force account work. 1.5 NON-PAYMENT FOR REJECTED OR SURPLUS PRODUCTS OR WORK Payment will not be made for work rejected by the City. Products or work not meeting contract requirements shall be replaced by the contractor at no expense to the City, regardless of the impact to work, schedule or cost. 1.6 AS-BUILTS The final payment of this contract will not be released until complete red-lined AS- BUILT plans are received and approved by the engineer. 1.7 ALTERNATES A. SUMMARY This section includes: 1. Submission requirements for alternates 2. Procedure for selection and award of alternates 3. Schedule of alternates B. SUBMISSION REQUIREMENTS 1. State amount to be added or deleted from base bid for each alternate bid in space provided on bid proposal form. Failure to state each alternate bid may result in rejection of entire bid proposal. 2. Include in bid proposal form any alternates indicated by addenda to bidding documents. 3. Coordinate related work and modify surrounding work to integrate each alternate with work contract documents. Adjust alternate bids accordingly. 4. Modify Paragraph 1 of General Provision 1.04 as follows: The bid bond, or in lieu thereof, the certified or cashier s check must be 5- percent of the total amount bid, including tax. The total amount bid includes the total amount of the base bid and all additive alternates listed and bid in the proposal. Section Page 9 Specification No. PG F

10 C. PROCEDURES FOR SELECTION AND AWARD OF ALTERNATES 1. Alternates quoted on bid proposal form will be reviewed, accepted or rejected using any combination of alternates at City's option. Accepted alternates will be identified in the final City/contractor contract. 2. Acceptance or rejection of alternate bids by City will be used in determining low bid price due to funding availability for this project. D. SCHEDULE OF ALTERNATES 1. Alternate No th Street ADA Crosswalk and Curb Ramps a. Base bid: No pedestrian curb ramp revisions provided under contract b. Alternate bid: As included under Paragraph 1.2 Alternate Bid Item 1: 35 th Street ADA Crosswalk and Curb Ramps. END OF SECTION Section Page 10 Specification No. PG F

11

12

13

14

15