ADDENDUM NO. 1. ATTENTION TO PLANHOLDERS OF RECORD is called to the following revisions of the contract documents:

Similar documents
CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT

For questions please contact the Contracts and Estimates office at (307)

PAULY ELEMENTARY SCHOOL RELOCATABLES P1-P5 & R23-R26

COUNTY OF LOS ANGELES

Automated Airport Parking Project

Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201

CITY OF GOLDEN, COLORADO Parks and Recreation Department

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

Thurston County Public Works Request for Proposals (RFP) Mullen Rd Project Relocation Services (CRP# 61487, FA# STPUS-5292(004)) SCOPE OF WORK

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY

REQUEST FOR PROPOSALS RFP # December 7, 2010 Proposals Due on January 7, 2011 at 4:00 pm

Caledonia Park Playground Equipment

CITY OF FEDERAL WAY REQUEST FOR PROPOSAL FITNESS EQUIPMENT SERVICE

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

REQUEST FOR PROPOSALS

BASIN CITY WATER AND SEWER DISTRICT Request for Qualifications

REQUEST FOR QUALIFICATIONS FOR A PROFESSIONAL ARCHITECTURAL FIRM TO PROVIDE ARCHITECTURAL SERVICES FOR THE BZN YELLOWSTONE INTERNATIONAL AIRPORT

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

TEXAS DEPARTMENT OF TRANSPORTATION INSPECT, SAMPLE, AND TEST FOR ASBESTOS CONTAINING MATERIAL AND MONITOR ABATEMENT PROJECTS PUBLICATION

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

CITY OF FEDERAL WAY REQUEST FOR QUOTE POLICE UNIFORM AND PLAINCLOTHES DRY CLEANING SERVICES

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

Grant Seeking Grant Writing And Lobbying Services

Associated with the District s Measure A Bond Program and Facilities Improvement Projects

FORT RUCKER Environmental Document

REQUEST FOR QUALIFICATIONS PROJECT AND CONSTRUCTION MANAGEMENT CONSULTANT

This RfP is also available on the CEMCO website under the Community Tab:

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

How To Do Business With Orange County Public Schools. Procurement Services 445 W. Amelia Street Orlando, FL

COMMUNITY CONSOLIDATED SCHOOL DISTRICT West Dundee Road Wheeling, IL REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES

City of Florence, South Carolina Frozen Turkeys & Gift Cards Invitation to Bid No

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

MINNESOTA STATE COLLEGES AND UNIVERSITIES

REQUEST FOR PROPOSAL FOR BUILDING LEASE

REQUEST FOR QUALIFICATIONS

GOODWILL YOUTHBUILD GED/High School Education Instruction

Multi-Purpose Paper Bid No. PR10-B14

City of Mount Rainier

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

BID # 16-5 EMERGENCY ASBESTOS, LEAD & MOLD REMEDIATION SECTION "C" TECHNICAL SPECIFICATIONS OWNER

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

Time is of the essence, and any proposal received after the announced time and date for submittal will not be considered.

Dakota County Technical College. Pod 6 AHU Replacement

State of Florida Department of Transportation District Four, Procurement Office 3400 West Commercial Boulevard Fort Lauderdale, FL 33309

Procedures for Local Public Agency Project Administration (Revised 5/2014)

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

City of Georgetown, SC REQUEST FOR PROPOSAL

Request for Proposals (RFP) for: Food Waste Curbside Collection Pilot Program. City of South Portland, ME

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

Notice to Bidders Page 1 of 5

REQUEST FOR PROPOSALS. General Contractor/ Construction Manager (GC/CM) Services

REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

Request for Qualifications Construction Manager

NOTICE TO BIDDERS. Replacement of Overhead Doors at Public Works Roads Building Snow Hill, Worcester County, Maryland

REQUEST FOR PROPOSAL Milling Services

Whatcom County Request for Qualifications RFQ #15-01

DALTON PUBLIC SCHOOLS

DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

Boulder Housing Partners Request for Qualifications: RFQ # Architectural Services for Canyon Pointe and Glen Willow Renovation Projects

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT #513 Bid # PR Purchasing Department 815 North Orlando Smith Road Oglesby, Illinois 61348

Introduction: A. Scope of Work:

Instructions to Bidders Asbestos Abatement

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

LIVONIA PUBLIC SCHOOLS FARMINGTON ROAD LIVONIA, MI (734)

REQUEST FOR PROPOSALS. Transportation Systems Plan (TSP)

AWARD OF CONSTRUCTION CONTRACT CONTRACTOR: REYES CONSTRUCTION, INC. BERTH 100 WHARF SOUTH EXTENSION AND BACKLANDDEVELOPMENT SPECIFICATION NO.

PIEDMONT TRIAD AIRPORT AUTHORITY

Proposals must be received by the University in pdf format no later than June 16, 2011 at 5:00pm CST.

REQUEST FOR PROPOSALS (RFP #18-001) Vessel Construction Management Services

All proposals must be received by August 30, 2016 at 2:00 PM EST

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

City of Malibu Request for Proposal

Website:

Bids received after the appointed date set for receipt will be returned unopened.

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

SECTION I. OVERVIEW ON REQUEST FOR PROPOSAL

Request for Proposals

Agency of Record for Marketing and Advertising

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

BELGRADE SCHOOL DISTRICT NO. 44

SECTION 3 GUIDEBOOK: POLICIES AND PROCEDURES

Allegany County, MD Request for Proposal: Printing Services for Destination Guide

NOTICE OF REQUEST FOR PROPOSALS

FOR PROFESSIONAL DESIGN SERVICES

Le-Nor-Co Purchasing Cooperative. Joint Purchase Agreement. February 2017

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

Navajo Division of Transportation

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Contract No Project No C

COUNTY OF LOS ANGELES

Transcription:

THIS DOCUMENT AND ATTACHMENT(S) ARE AVAILABLE FOR DOWNLOAD AT HTTPS://HOSTING.PORTSEATTLE.ORG/PRMS/. AN EMAIL NOTIFICATION WAS SENT TO REGISTERED PLANHOLDERS. FAILURE TO ACKNOWLEDGE RECEIPT ON THE BID FORM DOES NOT AFFECT THE BIDDER'S OBLIGATION FOR COMPLIANCE. ADDENDUM NO. 1 TERMINAL 91 WAREHOUSE 50 BUILDING ABATEMENT & DEMOLITION MC-0318543 / WP # 105222 at Terminal 91, 2001 West Garfield St., Seattle 98119 DATE: May 17, 2016 ATTENTION TO PLANHOLDERS OF RECORD is called to the following revisions of the contract documents: I. Bid Package No Change II. Project Manual A. Table of Contents REMOVE Table of Contents in its entirety and REPLACE with Table of Contents Addendum No. 1. B. Document 00 10 00 - Advertisement for Bids REMOVE Document 00 10 00 Advertisement for Bids in its entirety and REPLACE with Document 00 10 00 Advertisement for Bids Addendum No. 1. III. Project Drawings No Change May 17, 2016 Amanda Mazzuca Interim Manager, Major Construction Contracts Date Attachments: Table of Contents Addendum No. 1 Document 00 10 00 Advertisement for Bids Addendum No. 1 END OF ADDENDUM NO. 1 MC-0318543/ WP # 105222 ADDENDUM NO. 1 Page 1 of 1

TABLE OF CONTENTS Terminal 91 Warehouse 50 Building Abatement & Demolition TABLE OF CONTENTS [Volume 1] DIVISION 0 BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS OF THE CONTRACT Number Document Title 00 10 00 Advertisement for Bids (Addendum No. 1) 00 20 00 Instructions to Bidders 00 41 00 Bid Form 00 52 00 Agreement Forms 00 60 00 Bonds and Certificates Forms 00 70 00 General Conditions 00 80 00 Supplementary Conditions 00 83 00 Civil Rights, Title VI, and Non-Discrimination 00 87 00 Small Contractors and Suppliers (SCS) Utilization DIVISION 1 GENERAL REQUIREMENTS NUMBER SECTION TITLE 01 11 00 Summary of Work 01 20 00 Measurement and Payment Procedures 01 25 00 Substitutions 01 31 00 Contractor s Project Organization 01 31 13 Project Coordination 01 31 19 Project Meetings 01 32 16 Bar Chart Schedule 01 32 19 Preconstruction Submittals 01 33 00 Submittals 01 35 29 Safety Management 01 35 43 Environmental Regulatory Requirements MC-0318543 / WP #105222 Addendum No. 1 08/26/15

TABLE OF CONTENTS 01 45 16.13a Contractor s Quality Control Program 01 50 00 Temporary Facilities and Controls 01 55 16 Haul Routes 01 55 26 Traffic Control 01 57 13 TESC Planning and Execution 01 57 23 Pollution Prevention, Planning and Execution 01 71 23.16 Surveying 01 73 29 Cutting and Patching/Removal and Re-Installation 01 74 00 Cleaning 01 77 00 Construction Project Closeout 01 77 20 Public Works Project Closeout 01 78 29 As-Built Redline Documents 01 78 36 Warranties and Bonds 01 78 39 Construction Document Management System DIVISION 2 EXISTING CONDITIONS NUMBER SECTION TITLE 02 01 15 Underground Storage Tank Removal JM 02 41 13 Site Demolition JM 02 82 13 Asbestos Abatement JH 02 83 19 Lead Controls in Construction and Demolition JH 02 84 16 Light Ballast and Lamp Removal and Management JH 02 87 00 Fugitive and Silica Dust Control Procedures JH DIVISION 31 EARTHWORK NUMBER SECTION TITLE 31 00 00 Earthwork JM 31 11 00 Site Clearing JM DIVISION 32 EXTERIOR IMPROVEMENTS NUMBER SECTION TITLE 32 12 16 Bituminous Concrete Pavement JM 32 31 13 Chain Link Fences and Gates JM MC-0318543 / WP #105222 Addendum No. 1 08/26/15

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS OF THE CONTRACT Document 00 10 00 - Advertisement for Bids Sealed bids will be received by the Director, Central Procurement Office (CPO), Port of Seattle, CPO Bid Desk, 2529 South 194 th Street, Sea-Tac, Washington, 98188 until June 9, 2016, 2:00 p.m. for: Terminal 91 Warehouse 50 Building Abatement and Demolition The bids will then and there be publicly opened and read aloud. Any bids received after the published bid submittal time of 2:00 p.m., cannot be considered, and will not be accepted by the Bid Desk. Electronic copies of the Bid Documents for this solicitation can be accessed and printed through the Port s Procurement and Roster Management System website shown below. Copies of documents are not available for purchase from the Port of Seattle, but may be examined at the above named office Monday through Friday between 8:00 a.m. and 4:30 p.m. The Port of Seattle is not responsible for any costs incurred in response to this Advertisement for Bids. Mailing Address: Port of Seattle Bid Desk Bid Desk Telephone: (206) 787-3110 2529 S. 194 th St. Sea-Tac, WA 98188 Web Address: https://hosting.portseattle.org/prms/ The Work includes Demolition of an existing structure down to its foundation. Regulated Material Management (RMM) Abatement including large quantities of Asbestos Containing Materials (ACM) and lead coated surfaces. Miscellaneous existing utilities shall be disconnected and capped, including but not limited to sanitary sewer, water and power. Removal of an out-ofservice underground heating oil storage tank (UST). Preparation of existing foundation surfaces and installation of Bituminous Concrete Pavement. Installation of new fencing. The Engineer s estimate range for this project is $450,000 - $900,000. Each bid must be accompanied by a cashier s check, money order, or surety bid bond, in an amount of not less than five percent (5%) of the total bid, made payable to Port of Seattle. Performance and Payment bonds will be required with the Contract. Time limit for substantial completion of the work is 90 calendar days. The Port reserves the right to reject any and all bids, to waive any informality, to accept any alternate bids, and to make such award that it deems to be in its best interest and pursuant to the terms of the General Conditions. Contract time extends from Award of the contract through Contract Completion as defined in the General Conditions. Pre-bid meeting and site visit is scheduled for May 24, 2016, 9:00 a.m. at the Terminal 91 Engineering Trailer Conference Room, 2001 West Garfield, Seattle WA 98119. Stop at gate and ask for visitors pass and directions to Engineering Trailer. PPE required for the Pre-bid Site Inspection are a reflective vest, hard hat, hearing protection, safety glasses and sturdy footwear. Work areas to be examined during the pre-bid examination of the work site may contain potential asbestos hazards in varying degree. Prospective bidders shall provide and wear protective MC-0318543 / WP #105222 Addendum No. 1 00 10 00-1 Rev. 02/03/16

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS OF THE CONTRACT Document 00 10 00 - Advertisement for Bids clothing and respiratory protection which they alone determine to be sufficient to protect themselves from asbestos exposure. The prospective bidder further agrees to indemnify, and hold harmless, the Port and its agents from any and all claims of personal injury arising from its participation in the pre-bid examination. The Port of Seattle is an Equal Opportunity Employer and encourages Disadvantaged Business Enterprises, Minority Business Enterprises, Women Business Enterprises and Small Business Enterprises to participate in the competitive bidding process. In support of the Small Business Community, the Port of Seattle has established a Small Contractors and Suppliers (SCS) utilization requirement of 7 % of the proposed total bid price in support of the Port of Seattle s SCS Program. All bidders are directed to the SCS provisions in Document 00 87 00. TITLE VI SOLICITATION NOTICE The Port of Seattle, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Any person who believes they have been aggrieved by an unlawful discriminatory practice under Title VI has a right to file a formal complaint with the Port. Any such complaint must be in writing and filed with the Port s Title VI Coordinator within one hundred, eighty (180) days following the date of the alleged discriminatory occurrence. Title VI Discrimination Complaint Forms may be obtained from the office of the Title VI Coordinator at no cost to the complainant by calling (206) 787-4066 or sending an email to mailbox.t3@portseattle.org Dated at Seattle, Washington, May 13, 2016. AUTHORIZED BY THE PORT COMMISSION OF THE PORT OF SEATTLE Amanda Mazzuca Interim Manager, Public Works Contracting, PORT OF SEATTLE First Publication: May 16, 2016 Final Publication: May 19, 2016 End of Document MC-0318543 / WP #105222 Addendum No. 1 00 10 00-2 Rev. 02/03/16