CARGO HARDSTAND IMPROVEMENTS. at Seattle-Tacoma International Airport BID PACKAGE. Addendum No. 3

Size: px
Start display at page:

Download "CARGO HARDSTAND IMPROVEMENTS. at Seattle-Tacoma International Airport BID PACKAGE. Addendum No. 3"

Transcription

1 CARGO HARDSTAND IMPROVEMENTS at Seattle-Tacoma International Airport BID PACKAGE Addendum No. 3 MC Primary Work Project #: Cargo 2 Hardstand Expansion (103801) Cargo 5 Hardstand Construction (104648) Cargo 6 Improvements (104651) Cargo 6 Apron Pavement Replacement (U00047) November 15, 2013 Issued by: THE PORT OF SEATTLE COMMISSION General Offices, Pier Alaskan Way Seattle, WA (Mailing Address: P.O. Box 1209, Seattle, WA )

2 Document 0000b - Attention to Bidders ATTENTION TO BIDDERS NOTICE Forms must be completed and submitted with the bid as indicated below. To complete the Bid Form, signatures are required on the following: 1. Bid Form, Document Bid Bond or other Bid Security 3. Subcontractor Work Listing, Document Subcontractor Bidding Report, Document Project Labor Agreement, Letter of Assent, Document Documents 1, 3, 4, and 5 are included in the Bid Package issued to each Bidder who indicates an intention to bid the entire contract as a Prime Contractor. These documents, with the exception of Document 3, together with the bid bond or other bid security, must be fully completed and submitted with the sealed bid at time of bid opening. Document 3 - Subcontractor Work Listing - shall be completed by all Bidders in accordance with RCW and submitted with the Bid, or within one (1) hour after the published bid submittal time, to the CPO Bid Desk. MC / WP # Addendum No Rev. 11/13/2012

3 Contractor Name: Date: Project Numbers: , , U00047 Name of Project: CARGO HARDSTAND IMPROVEMENTS TO: Port of Seattle Commission General Offices, Pier Alaskan Way, 2 nd Floor, Bid Desk Seattle, Washington Bid: Having carefully examined the Contract Documents titled: CARGO HARDSTAND IMPROVEMENTS as well as the site of the project and conditions affecting the work, the undersigned proposes to furnish all the labor, materials, equipment, superintendence, insurance and other accessories and services necessary to perform and complete all of the work required by and in strict accordance with the above documents and the implied intent thereof, for the following schedule of unit prices: ITEM NO. ITEMS OF WORK BID QUAN TITY UNIT UNIT PRICE AMOUNT $ $ 1 Safety Provisions 2 Mobilization/Demobilization 3 Project Temporary Traffic Control 4 Traffic Control Supervisor 5 Flaggers 9,000 HR 6 Construction Waste Management MC / WP # Addendum No

4 7 Type A/B Contaminated Soil Removal/Disposal 13,500 TON 8 Type C Contaminated Soil Removal/Disposal 500 TON 9 Soldier Pile Retaining Wall 23,700 SF 10 Concrete Retaining Wall 1,100 SF 11 Remove Soldier Pile Shaft Obstructions Force Account 1 FA $10, $10, Remove Asphalt Concrete Pavement 52,400 SY 13 Remove Portland Cement Concrete Pavement 14,600 SY 14 Demolish Cargo 2 Buildings, Foundations and Slabs 15 Demolish Midfield Checkpoint Building 16 Demolish Cargo 5 Area Building Foundations and Slab 17 Regulated Materials Demolition and Abatement 18 Unforeseen Hazardous Materials Demolition and Abatement Force Account 1 FA $30, $30, MC / WP # Addendum No

5 19 Demolish Retaining Walls 20 Removal of Structures, Utilities and Miscellaneous Items 21 Construction Water Management System 22 Construction Water Management System Force Account 1 FA $100, $100, Stormwater Storage Tank 23 EA/ MO 24 Trench Safety Systems 9,500 LF 25 Excavation Safety Systems 1,680 SY 26 TESC Plan and Execution 27 TESC Inlet Structure Protection/Inlet Structure Filter 19 EA 28 TESC Asphalt Curb 3,720 LF 29 TESC Temporary Pipe Plug 5 EA 30 Bonded Fiber Matrix w/seed 4,400 SY MC / WP # Addendum No

6 31 TESC Wheel Wash 1 EA 32 TESC Force Account 1 FA $200, $200, Common Excavation 196,420 CY 34 Unsuitable Excavation 5,330 CY 35 Gravel Borrow 5,330 CY 36 Stabilization Geotextile Fabric 7,800 SY 37 Ductile Iron Water Main Pipe 8 inch 777 LF 38 Ductile Iron Water Main pipe 12 inch 1,881 LF 39 8 inch Water Valve 2 EA inch Water Valve 3 EA 41 Standard Fire Hydrant Assembly 10 EA 42 Water Supply to Gate E-125 Airfield Access Security Building MC / WP # Addendum No

7 43 Water Supply to Gate E-190 Guard Shelter 44 Sanitary Sewer Pipe - 4 inch 148 LF 45 Sanitary Sewer Pipe - 8 inch 264 LF 46 Sanitary Sewer Pipe - 12 inch 378 LF 47 Sanitary Sewer MH 48 inch H20 4 EA 48 Sanitary Sewer MH 60 inch H20 3 EA 49 Industrial Waste Pipe -12 inch 1,940 LF 50 Industrial Waste Pipe -18 inch 826 LF 51 Industrial Waste Pipe -24 inch 347 LF 52 Industrial Waste System CB 48 Inch in PCCP 2 EA 53 Industrial Waste System CB 60 Inch in PCCP 15 EA 54 Industrial Waste System CB 48 Inch - AR 6 EA MC / WP # Addendum No

8 55 Industrial Waste System MH 48 inch in PCCP 2 EA 56 Industrial Waste System MH 60 inch in PCCP 14 EA 57 Industrial Waste System MH 72 inch in PCCP 2 EA 58 Industrial Waste System MH 60 inch - AR 2 EA 59 Industrial Waste System MH 72 inch - AR 1 EA 60 Industrial Waste System MH 72 inch H20 1 EA 61 Channel Drain System 1,791 LF 62 Natural Gas Supply to Gate E- 125 Airfield Access Security Building 63 Subdrain System 5,500 LF 64 Non-Perforated Pipe 4 inch 2,000 LF 65 Non-Perforated Pipe 6 inch 700 LF 66 Non-Perforated Pipe 8 inch 400 LF MC / WP # Addendum No

9 67 Storm Drain Pipe 12 inch 944 LF 68 Storm Drain Pipe 18 inch 1,473 LF 69 Concrete Inlet 7 EA 70 Storm System MH 60 inch in PCCP 8 EA 71 Storm System MH 60 inch AR 2 EA 72 Storm System MH 72 inch AR 1 EA 73 Storm System MH 48 inch H20 2 EA 74 Storm System - CB 48 inch H20 6 EA 75 Storm System - CB 48 inch AR 5 EA 76 Storm System - CB 72 inch AR 2 EA 77 Modification to Existing Utility Structure 4 EA 78 Adjustment to Existing Utility Structure 7 EA MC / WP # Addendum No

10 79 Unforeseen Utility Replacement - Force Account 1 FA $60, $60, Crushed Aggregate Base Course 4,620 CY 81 Crushed Surfacing Base Course 8,750 CY 82 Asphalt Treated Base 15,790 Ton 83 Asphalt Concrete Pavement 6,314 Ton 84 Asphalt Seal Coat New ACP 49,100 SY 85 Asphalt Seal Coat Existing ACP 5,950 SY 86 Portland Cement Concrete Pavement - Hardstand/Apron 66,340 SY 87 Portland Cement Concrete Pavement Taxiway 890 SY 88 Portland Cement Concrete Pavement Access Ramp 1,100 SY 89 Spall Repair-Force Account 1 FA $20, $20, Tether Tie Downs 4 EA MC / WP # Addendum No

11 91 PCCP Plan, Testing and Execution 92 Airfield Marking 20,480 SF 93 Enhanced Airfield Marking 118,600 SF 94 Removal of Marking 22,600 SF 95 Thermoplastic Airfield Marking 770 SY 96 Pavement Reflector 120 EA 97 8 inch Bollard 175 EA 98 8 inch Bollard - Removable 16 EA inch Bollard 14 EA 100 Wheel Stop 13 EA 101 Jersey Barrier Relocate Existing 102 Jersey Barrier New 780 LF MC / WP # Addendum No

12 103 Relocate Ecology Block 104 Temporary AOA Fence 2,255 LF 105 Temporary Barrier Fence 1,550 LF 106 Permanent AOA Fence 1,995 LF 107 Security Fence 1,370 LF 108 AOA Gate 22 foot Wide Sliding 1 EA 109 AOA Gate 12 foot Wide K12 Barrier Rated 1 EA 110 AOA Gate -12 foot Wide Sliding 1 EA 111 AOA Gate 12 foot Wide Double Swing Gate 1 EA 112 Reinforcement of PCCP Type 1 3,150 SY 113 E-190 Guard Shelter 114 E-125 Airfield Access Security Building MC / WP # Addendum No

13 115 ASDE-X RU7 Reconstruction inch Fuel Pipe 540 LF inch Sweepolet 4 EA inch Buttweld Tee 1 EA inch Buttweld 90-Degree Elbow 2 EA inch Buttweld 45-Degree Elbow 4 EA 121 Connection to Existing Fuel Piping 122 Fuel System Activation 123 Fuel Hydrant Valve Pit Assembly 4 EA 124 Isolation Valve Pit Assembly 125 High Point Vent 1 EA 126 Low Point Drain 1 EA MC / WP # Addendum No

14 127 Cathodic Protection Test Stations 128 IWS Lift Station #5 Pump Controls 129 Cargo 2 Electrical System 130 Cargo 5 Electrical System 131 Cargo 6 Electrical System 132 Cargo 2 Airfield Lighting System 133 Cargo 5 Airfield Lighting System 134 Cargo 2 Ramp Lighting System 135 Cargo 5 Ramp Lighting System 136 Cargo 6 Ramp Lighting System 137 Cargo Area Camera System 138 Communication Backbone System MC / WP # Addendum No

15 139 E-125 Security/Access Control System 140 E-190 Security/Access Control System TOTAL: $ 2. State Sales Tax: State or Local retail sales taxes have not been added to the Total Bid Price stated above, except as may be provided for Public Road Construction in GC of the General Conditions, these Contract Documents. 3. Completion: The undersigned agrees to substantially complete all of the work included in this Contract within 410 calendar days as provided for in the General Conditions. 4. Progress Payment Retention: In accordance with RCW , the undersigned elects that, during the life of the Contract, the money withheld from Contract progress payments be retained in the financial institution indicated below. Failure to indicate a choice shall be construed as approval of Item (a). a. A fund with the Port. (There is no interest with this option) (Initials) b. An interest bearing account with a bank which is listed on the State of Washington Public Depositaries current list. i. (Name of Bank, Mutual Savings Bank or S&L Assoc.) ii. (Address) _ (Initials) c. Placed on deposit at the bank which is listed on the State of Washington Public Depositories current list or trust company to be converted into bonds and securities chosen by the Contractor and approved by the Port of Seattle, with said approval granted for bonds and securities listed below. Selected bonds and securities to be held in escrow until authorized release of retained funds. i. (Name of Financial Institution) ii. iii. (Address) (Type of Security; see authorized list below) (1) Bills, certificates, notes or bonds of the United States; (2) Other obligations of the United States or its agencies; (3) Obligations of any corporation wholly owned by the government of the United States; (Initials) MC / WP # Addendum No

16 (4) Indebtedness of the Federal National Mortgage Association; (5) Repurchase agreements secured by U.S. government obligations; (6) Bankers Acceptance purchased on the secondary market. NOTE: Accounts and deposits made under Items (b) and (c), above, must be in a bank which is listed on the State of Washington Public Depositaries current list. 5. Addenda: Receipt of addenda numbered [ ] through [ ] is hereby acknowledged. 6. Legal Representation: In all legal matters relating to this Contract, the undersigned will be represented by: 7. Bid Withdrawal: The above bid will not be withdrawn within ninety (90) days after the actual date of the opening thereof. 8. Other Documents Requiring Execution: The bidder must comply with these conditions and must submit with its bid the following signed documents: a. Bid Security - See Instructions to Bidders, paragraph IB b. Port of Seattle Project Labor Agreement (PLA) Letter of Assent (Bidder s). 9. By submission of this bid, each bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, that this bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this bid with any other bidder or with any competitor. FAILURE OF A BIDDER TO SUBMIT THE FORMS WITH ITS BID, EXECUTED WHERE REQUIRED, MAY DISQUALIFY THE BID. Contractor Individual Proprietor Partnership Limited Liability Company Corporation Joint Venture Washington Employment Security Department No. Title RCW 50. in accordance with Washington State Reg. No. since expires (date) (date) By: (Name; please print) (Title) (Signature) MC / WP # Addendum No

17 Address: Phone: Name Partners (if a Partnership): End of Document MC / WP # Addendum No

18 Document Subcontractor Listing Form SUBCONTRACTOR LISTING FORM RCW Pursuant to RCW , for every invitation to bid that is expected to cost one million dollars or more for the construction, alteration, or repair of any public building or public work, the Bidder shall list as part of its bid in the space provided below either itself or the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter RCW; and electrical as described in chapter RCW. The Bidder shall ensure that two or more subcontractors are not performing the same scope of work. The Bidder shall comply with RCW Failure to comply with RCW shall render the bidder s bid nonresponsive and, therefore, void. The requirement of this section to name the Bidder's proposed HVAC, plumbing, and electrical subcontractors applies only to proposed HVAC, plumbing, and electrical subcontractors who will contract directly with the Bidder. The Port estimates this major construction project may cost one million dollars or more; therefore, Bidders are required to complete and submit this form with their bid. SUBCONTRACTOR(S) PERFORMING HVAC, PLUMBING OR ELECTRICAL WORK CATEGORY OF WORK HVAC Plumbing Electrical NAME OF FIRM MC / WP # Addendum No Rev. 8/1/11

19 Contract Compliance Office SUBCONTRACTOR BIDDING REPORT Project Name: Project Number: Addendum No. 3 Prime Contractor: WA State UBI: Prime Contractor Address: Phone #: ( ) - Form Completed By: SUBCONTRACTOR SOLICITATION (NAME) SUBCONTRACTOR S ADDRESS TYPE OF WORK WA STATE UBI DBE Y / N MBE Y / N WBE Y / N DATE FIRM ESTABLISHED ANNUAL GROSS RECEIPTS RANGE(1) Signature certifies as to the accuracy of the foregoing information: Signature Date All information gathered on the background and financial status of firms will remain with the Port s DBELO and will not be shared as public information unless its disclosure is required under the Washington State Public Disclosure Act (1) Please enter the code associated with the range of annual gross receipts as follows: (a) less than $500,000; (b) $500,000-$1 million; (c)$1-2 million; (d) $2-5 million; (e) $5-7 million (f) $7-10 million, (g) over $10 million. Addendum No. 3

20 Addendum No. 3