Loading...
HomeMy WebLinkAboutCP1122 Revised Bid Proposal Package Addendum 2.pdf 2012 WSDOT CITY OF AUBURN KING AND PIERCE COUNTIES , WASHINGTON BID PROPOSAL PACKAGE for Project Number CP1122 30TH STREET NE AREA FLOODING – PHASE 1 Contract No. 14-08 Bid Opening Date: July 15, 2014 11:00 AM PDT City of Auburn Engineering Division Community Development & Public Works Department 25 West Main St. Auburn, WA 98001-4998 (253) 931-3010 FAX (253) 931-3053 BIDDER’S CHECKLIST Bidder must execute and return with submittal: 1. PROPOSAL FORM The unit prices bid must be shown in the space provided. The proposal shall be filled in and signed by the bidder. 2. RESPONSIBLE BIDDER INFORMATION To show contractor’s ability to perform jobs of a similar nature. 3. PROPOSED EQUIPMENT AND MANPOWER SCHEDULE Provide a complete list of equipment and manpower to be used on project. 4. LOCAL AGENCY SUBCONTRACTOR LIST (Required on $1,000,000 or larger projects) List all subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, and electrical. Failure to submit this with the bid shall render the bid nonresponsive. (Form 271-015 included for this purpose). See Section 1-02.6 (Preparation of Proposal). 5. BID BOND This form is to be executed by the bidder and the Surety Company unless cash, cashier’s check or a certified check in the amount of 5% of the total bid accompanies bid. The amount of this bond shall be not less than five percent (5%) of the total amount bid and may be shown in dollars or on a percentage basis. After the Contract is awarded, execute: 1. CONTRACT To be executed by the successful bidder in triplicate. 2. CONTRACT BOND To be executed by the successful bidder and his surety company in triplicate. 3. POWER OF ATTORNEY To be submitted in triplicate. 4. EVIDENCE OF INSURANCE To be submitted in triplicate. 5. PRELIMINARY CONSTRUCTION PROGRESS SCHEDULE Submitted in duplicate, showing the first 30 working days, to the Engineer one (1) working day prior to the date of the Pre-construction Conference. To be provided in conformance with Section 1-08.3 (Progress Schedule) of the Standard Specifications. 6. REQUEST TO SUBLET WORK One copy for each subcontractor and lower tier subcontractor shall be submitted and approved by the City, prior to the subcontractor entering the project work site(s) to perform work. (Sample form is included). P R O P O S A L F O R M Page 1 CITY OF AUBURN 30th Street NE Area Flooding – Phase 1 Contract No. 14-08 Project No. CP1122 Bid Opening: July 15, 2014 Bids received after this time will be returned to sender unopened in accordance with Section 1-02.9 (Preparation of Proposal) of the Specifications. The undersigned hereby certifies that: 1. The project site has been inspected. 2. The Bid Documents governing the work have been read and are thoroughly understood. 3. The bidder is willing and able to execute the Contract, provide a Contract Bond and Evidence of Insurance within 7 calendar days following the receipt of the dated “Notice of Award”. 4. The “Responsible Bidder Information” and “Proposed Equipment and Manpower Schedule” forms have been completed and are enclosed with this Bid Proposal. 5. A “Local Agency Subcontractor List” per Section 1-02.6 (Preparation of Proposal) of the specifications has been completed and is enclosed with this Bid Proposal if applicable. . 6. A 5% Bid Deposit has been enclosed with this Bid Proposal. 7. All addendums have been acknowledged in the space provided in this Bid Proposal. 8. The bidder will promptly undertake the work upon receipt of the dated “Notice to Proceed” that will be issued within 5 working days of the contract execution date and complete the work embraced in this improvement in accordance with the Contract Documents at the following schedule of rates and prices, and it is understood that failure to complete the work within the time stated in Section 1-08.5 (Time for Completion) of the Specifications will be cause for assessment of liquidated damages in accordance with Section 1-08.9 (Liquidated Damages) of the Specifications. 9. The City may choose to include additive and/or alternate bid items on the Proposal Form and, if included, the City has the right to select any or all of the additive and/or alternate bid items. The additive and/or alternate bid items selected shall be added to the basic bid and the Contract award will be made based on the lowest and most acceptable total bid including selected additives and/or alternates. 10. The method of payment will be made only on the unit prices for items appearing on this Bid Proposal form. 11. The bidders must bid all items in the bid proposal. If any items are left blank or represent $0.00, the bid may be disqualified. NOTE: Unit prices for all items, all extensions and the total amount of bid must be shown. All proposals shall be typed or written in ink. FIRM NAME P R O P O S A L F O R M Page 2 30th Street NE Area Flooding – Phase 1 Contract No. 14-08 Project No. CP1122 Schedule A: Street Improvements Bid Item Sec. No.Description Quantity Unit Unit Price Total Price 1 1-04 Minor Changes 1 EQ. ADJ.EQ. ADJ.$5,000.00 2 1-05 Record Drawings (Min. Bid $1000)1 LS LS $ 3 1-09 Construction Site Sign(s)1 EA $$ 4 1-09 Mobilization 1 LS LS $ 5 1-10 Trafic Control Supervisor 1 LS LS $ 6 1-10 Traffic Control Labor (Min. Bid $38.00 per hour)480 HR $$ 7 1-10 Sequential Arrow Sign 15 DAY $$ 8 1-10 Portable Changeable Message Sign 15 DAY $$ 9 1-10 Outside Agency Uniformed Police Flagging Labor 1 EQ. ADJ.EQ. ADJ.$5,000.00 10 5-04 HMA Cl. 1/2-inch PG 64-22 (Class B)1,580 TON $$ 11 5-04 Planing Bituminous Pavement 11,570 SY $$ 12 7-05 Adjust Manhole 14 EA $$ 13 7-05 Adjust Catch Basin 18 EA $$ 14 7-12 Adjust Valve Box 23 EA $$ 15 8-01 Temporary Water Pollution/Erosion Control 1 EQ. ADJ.EQ. ADJ.$2,500.00 16 8-09 Raised Pavement Marker Type 2 130 EA $$ 17 8-14 Cement Concrete Sidewalk 100 SY $$ 18 8-14 Cement Concrete Curb Ramp Type Perpendiular A 1 EA $$ 19 8-14 Cement Concrete Curb Ramp Type Parallel A 2 EA $$ 20 8-20 Induction Loop Vehicle Detector 8 EA $$ FIRM NAME P R O P O S A L F O R M Page 3 30th Street NE Area Flooding – Phase 1 Contract No. 14-08 Project No. CP1122 Schedule A: Street Improvements Continued Bid Item Sec. No.Description Quantity Unit Unit Price Total Price 21 8-20 Induction Loop Bicycle Detector 1 EA $$ 22 8-20 Pedestrain Traffic Signal Modications, Complete 1 LS LS $ 23 8-20 Install and Remove Temporary Video Detection System 1 LS LS $ 24 8-20 Adjust Existing Junction Box 1 EA $$ 25 8-21 Permanent Signing 1 LS LS $ 26 8-22 Paint Line 4,210 LF $$ 27 8-22 Plastic Wide Line 4,700 LF $$ 28 8-22 Plastic Crosswalk Stripe and Stop Bar (24 inch wide)135 LF $$ 29 8-22 Plastic Traffic Arrow 20 EA $$ 30 8-22 Plastic Bicycle Lane Symbol 16 EA $$ 31 8-22 Plastic Traffic Letter 12 EA $$ 32 8-22 Removing Plastic Crosswalk Line 550 SF $$ 33 8-23 Temporary Pavement Markings 5,000 LF $$ Subtotal Schedule A $ FIRM NAME P R O P O S A L F O R M Page 4 30th Street NE Area Flooding – Phase 1 Contract No. 14-08 Project No. CP1122 Schedule B: Storm Utility Improvements and Street Restoration Bid Item Sec. No.Description Quantity Unit Unit Price Total Price 34 1-04 Minor Changes 1 EQ. ADJ.EQ. ADJ $25,000.00 35 1-07 SPCC Plan 1 LS LS $ 36 1-07 Utility Potholing 6 EA $$ 37 1-05 Record Drawings (Min. Bid $1000)1 LS LS $ 38 1-09 Construction Site Sign(s)2 EA $$ 39 1-09 Mobilization 1 LS LS $ 40 1-10 Trafic Control Supervisor 1 LS LS $ 41 1-10 Traffic Control Labor (Min. Bid $38.00 per hour)1,280 HR $$ 42 1-10 Sequential Arrow Sign 30 DAY $$ 43 1-10 Portable Changeable Message Sign 30 DAY $$ 44 1-10 Outside Agency Uniformed Police Flagging Labor 1 EQ. ADJ.EQ. ADJ $10,000.00 45 2-01 Clearing and Grubbing 1 LS LS $ 46 2-02 Removal of Structures and Obstructions 1 LS LS $ 47 2-02 Remove and Reset Fence 16 LF $$ 48 2-02 Remove and Reset Bench 1 EA $$ 49 2-02 Removal of Concrete or Asphalt Pavement 5,360 SY $$ 50 2-02 Remove Cement Concrete Flat Work 580 SY $$ 51 2-02 Removal of Curb and Gutter 550 LF $$ 52 2-03 Unsuitable Foundation Excavation Incl. Haul 800 CY $$ 53 4-02 Gravel Base 3,260 TON $$ FIRM NAME P R O P O S A L F O R M Page 5 30th Street NE Area Flooding – Phase 1 Contract No. 14-08 Project No. CP1122 Schedule B: Storm Utility Improvements and Street Restoration Continued Bid Item Sec. No.Description Quantity Unit Unit Price Total Price 54 4-04 Crushed Surfacing Top Course 180 TON $$ 55 5-04 HMA Cl. 1/2-inch PG 64-22 (Class B)810 TON $$ 56 5-04 HMA Cl. 1-inch PG 64-22 (Class E)2,430 TON $$ 57 5-04 Asphalt Cold Patch 250 TON $$ 58 7-04 Solid Wall Polyvinyl Chloride (PVC) Storm Pipe, SDR-35, 4-Inch Diam.165 LF $$ 59 7-04 Solid Wall Polyvinyl Chloride (PVC) Storm Pipe, SDR-35, 6-Inch Diam.229 LF $$ 60 7-04 Solid Wall Polyvinyl Chloride (PVC) Storm Pipe, SDR-21, 8-Inch Diam.55 LF $$ 61 7-04 Solid Wall Polyvinyl Chloride (PVC) Storm Pipe, SDR-21, 12-Inch Diam.67 LF $$ 62 7-04 Solid Wall Polyvinyl Chloride (PVC) Storm Pipe, SDR-35, 12-Inch Diam.251 LF $$ 63 7-04 Solid Wall Polyvinyl Chloride (PVC) Storm Pipe, PS46, 18-Inch Diam.112 LF $$ 64 7-04 Solid Wall Polyvinyl Chloride (PVC) Storm Pipe, PS46, 30-Inch Diam.23 LF $$ 65 7-04 Solid Wall Polyvinyl Chloride (PVC) Storm Pipe, PS46, 42-Inch Diam.3,386 LF $$ 66 7-04 42-Inch Diam. Storm Pipe Installation, Sta. 34+50 to Sta. 39+50, Complete 1 LS LS $ 67 7-04 Storm Sewer Television Inspection 4,790 LF $$ 68 7-04 Special Class 50 Ductile Iron Pipe for Storm Pipe, 12-Inch Diam.36 LF $$ 69 7-05 Catch Basin Type 1 5 EA $$ 70 7-05 Catch Basin Type 2, 48-Inch Diam.3 EA $$ 71 7-05 Catch Basin Type 2, 72-Inch Diam.3 EA $$ 72 7-05 Manhole 72-Inch Diam., Type 3 22 EA $$ 73 7-05 Manhole 96-Inch Diam., Type 3 4 EA $$ 74 7-05 Connect to Drainage Structure 15 EA $$ FIRM NAME Addendum #2 P R O P O S A L F O R M Page 6 30th Street NE Area Flooding – Phase 1 Contract No. 14-08 Project No. CP1122 Schedule B: Storm Utility Improvements and Street Restoration Continued Bid Item Sec. No.Description Quantity Unit Unit Price Total Price 75 7-05 Abandon Existing Manhole 4 EA $$ 76 7-08 Pipe Foundation Material 2,500 TON $$ 77 7-08 Imported Pipe Bedding 7,000 TON $$ 78 7-08 Imported Pipe Trench Backfill 15,000 TON $$ 79 7-08 Select Pipe Trench Backfill 400 TON $$ 80 7-08 Controlled Density Fill (CDF) for Filling Pipe 750 CY $$ 81 7-08 Trench Shoring System 36,500 SF $$ 82 7-09 Connect to Existing Water Main 20 EA $$ 83 7-09 Special Class 52 Ductile Iron Pipe for Water Main, 8-Inch Diam.40 LF $$ 84 7-09 Special Class 52 Ductile Iron Pipe for Water Main, 12-Inch Diam.410 LF $$ 85 7-09 Blowoff Assembly, 2-inch 3 EA $$ 86 7-12 Gate Valve, 12-Inch Diam.1 EA $$ 87 7-12 Combination Air Release/Air Vacuum Valve Assembly 1 EA $$ 88 7-14 Hydrant Assembly 1 EA $$ 89 7-15 Water Service Connection Renewal 2 EA $$ 90 7-17 8-inch Sanitary Sewer Crossing (through New Storm Structure)34 LF $$ 91 7-17 12-inch Sanitary Sewer Crossing (through New Storm Structure)23 LF $$ 92 7-18 6-Inch Diam. PVC Side Sewer with 6- Inch Diam. PVC Cleanout 250 LF $$ 93 7-21 Removing Steel Casing Obstructions 1 EQ. ADJ.EQ. ADJ.$5,000.00 94 8-01 General Permit Documentation Compliance 1 LS LS $ 95 8-01 Temporary Water Pollution/Erosion Control 1 EQ. ADJ.EQ. ADJ.$5,000.00 FIRM NAME P R O P O S A L F O R M Page 7 30th Street NE Area Flooding – Phase 1 Contract No. 14-08 Project No. CP1122 Schedule B: Storm Utility Improvements and Street Restoration Continued Bid Item Sec. No.Description Quantity Unit Unit Price Total Price 96 8-01 ECS Lead 60 DAY $$ 97 8-01 Silt Fence Installation and Removal 1,120 LF $$ 98 8-01 High Visibility Fencing Installation and Removal 950 LF $$ 99 8-01 Wattle 1,460 LF $$ 100 8-01 Inlet Protection 29 EA $$ 101 8-02 Topsoil Type A 340 CY $$ 102 8-02 Lawn Sod 2,010 SY $$ 103 8-02 PSIPE Red Sunset Maple (Acre Rubrum), 2-inch Caliper 1 EA $$ 104 8-02 PSIPE Douglas Fir (Pseudotsuga Menziesii), 7-foot Height 3 EA $$ 105 8-03 Irrigation System Repair 1 EQ. ADJ.EQ. ADJ.$5,000.00 106 8-04 Cement Concrete Traffic Curb and Gutter 550 LF $$ 107 8-04 Cement Concrete Pedestrian Curb 80 LF $$ 108 8-05 Dewatering System 5,600 LF $$ 109 8-06 Industrial and Commercial Driveway Apron 30 SY $$ 110 8-09 Raised Pavement Marker Type 2 30 EA $$ 111 8-12 Temporary Security (Chain Link) Fence 920 LF $$ 112 8-12 Remove and Replace Outfield Fence 120 LF $$ 113 8-13 Monument Type B (Modified)3 EA $$ 114 8-14 Cement Concrete Sidewalk 460 SY $$ 115 8-14 Cement Concrete Curb Ramp Type Perpendiular A 1 EA $$ 116 8-14 Cement Concrete Curb Ramp Type Parallel A 2 EA $$ FIRM NAME P R O P O S A L F O R M Page 8 30th Street NE Area Flooding – Phase 1 Contract No. 14-08 Project No. CP1122 Schedule B: Storm Utility Improvements and Street Restoration Continued Bid Item Sec. No.Description Quantity Unit Unit Price Total Price 117 8-22 Paint Line 575 LF $$ 118 8-22 Plastic Wide Line 900 LF $$ 119 8-22 Plastic Crosswalk Stripe and Stop Bar (24 inch wide)420 LF $$ 120 8-22 Plastic Traffic Arrow 2 EA $$ 121 8-22 Plastic Bicycle Lane Symbol 3 EA $$ 122 8-22 Plastic Traffic Letter 4 EA $$ 123 8-22 Removing Plastic Crosswalk Line 1,850 SF $$ 124 8-23 Temporary Pavement Markings 1,200 LF $$ 125 8-30 Joint Utility Trench 250 LF $$ Subtotal Schedule B $ FIRM NAME P R O P O S A L F O R M Page 9 30th Street NE Area Flooding – Phase 1 Contract No. 14-08 Project No. CP1122 Bid Summary: Subtotal Schedule A: Street Improvements $ WSST Not Applicable for Schedule A Subtotal Schedule B: Storm Utility Improvements and Street Restoration $ Washington State Sale Tax Schedule B (9.5%) $ Total Basic Bid $ Total Gross Bid (basic bid plus sales tax) $ If sales tax is shown for a schedule above sales tax should not be included in each bid item price (Rule 170). RECEIPT OF ADDENDA. I certify and acknowledge receipt of the following Addenda to the Bid Documents and that due consideration thereof has been used in preparing and submitting this Bid Proposal. Addendum No. Date of Receipt of Addendum Signed Acknowledgment 1 2 3 4 (NOTE: Failure to herein acknowledge receipt of the addenda may be considered an irregularity in this proposal.) FIRM NAME Addendum #2 P R O P O S A L F O R M Page 10 30th Street NE Area Flooding – Phase 1 Contract No. 14-08 Project No. CP1122 Submitted by: I certify under penalty of perjury under the laws of the State of Washington that I am the official authorized to submit this Bid Proposal on behalf of: FIRM NAME: Address: Phone #: FAX #: Email: Authorized Official: Title: (Please print name) Date: (Signature) Authorized Official: Title: (Please print name) Date: (Signature) Place of Execution: City and State NOTE: 1. Bidder is a(n): [ ] Corporation [ ] Individual [ ] Partnership [ ] Joint Venture [ ] Other 2. If the bidder is a corporation, its duly authorized officials must execute this proposal. Incorporated in the State of . State Contractor State Contractor License #: License Expiration Date: State Unified Business Employment Security Identifier (UBI) #: Department #: State Excise Tax Registration #: Federal Tax ID #: Construction Contractors: Please use the following City of Auburn Tax Code Numbers on retail sales where the labor and services are primarily performed in Auburn; 1. Number 1702 when the work is performed in King County 2. Number 2724 when the work is performed in Pierce County Submit Bid Proposal to: Office of City Clerk City of Auburn 25 West Main Street Auburn, WA. 98001-4998 RESPONSIBLE BIDDER INFORMATION Bidder has been in business continuously from (year). Bank Reference: Bank Name Account Officer Phone No. Number of regular full-time employees: Number of projects in the past 5 years completed: ahead of schedule on schedule behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for years. As a subcontractor for years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project manager, Foreman, Site Superintendent, Engineer, etc.): Name Title Years with firm List below, non City of Auburn construction work successfully completed by the bidder within the past five years which was similar in size, scope, and difficulty to the work herein being bid upon. Year Contract Project Name Completed Amount Owner/Reference Name & Phone List all projects undertaken in the last 5 years which have resulted in partial or final settlement of the contract by arbitration or litigation in the courts: Name of Client & Project Contract Amount Total Claims Arbitrated or Litigated Amount of Settlement of Claims FIRM NAME RESPONSIBLE BIDDER INFORMATION (continued) Has Bidder, or any representative or partner, ever failed to complete a contract? [ ] No [ ] Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? [ ] No [ ] Yes If yes, please state: Project Name Contracting Party Bond Amount Has Bidder changed bonding companies in the last 3 years? [ ] No [ ] Yes If yes, give details: Has Bidder ever been found guilty of violating any State or Federal employment laws? [ ] No [ ] Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? [ ] No [ ] Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman’s Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? [ ] No [ ] Yes If yes, please state: Date Type of Injury Agency Receiving Claim Will you, upon request from the City, fill out a detailed financial statement and furnish any other information that may be required by the City? [ ] No [ ] Yes The Bid Proposal signature warrants under penalty of perjury that the foregoing information is true and accurate to the best of his/her knowledge. The Bid Proposal signature authorizes the City of Auburn to verify all information contained herein. FIRM NAME PROPOSED EQUIPMENT AND MANPOWER SCHEDULE (Use additional sheets, if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT Manpower schedule: FIRM NAME Project CP1122 - 30th Street NE Area Flooding – Phase 1 Failure to list subcontractors who are proposed to perform the work of HVAC (heating, ventilation and air conditioning), plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW, or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Subcontractor(s) that are proposed to perform the work of Heating, ventilation and air conditioning, plumbing, as described in chapter 18.106 RCW, and electrical as described in chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. The requirement to name the prime contract bidder’s proposed HVAC, Plumbing and electrical subcontractors applies only to proposed HVAC, plumbing, and electrical subcontractors who will contract directly with the prime contract bidder submitted the bid to the public entity. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Bidder’s are notified that in the opinion of the enforcement agency PVC or metal conduit, junction boxes, etc. are considered electrical equipment and must be installed by a licensed electrical contractor, even if the installation is for future use and no wiring or electrical current is connected during the project. A licensed electrical contractor must be listed to perform the work. FIRM NAME DOT Form 271-015A EF Rev. 07/2011 Local Agency Name Local Agency Subcontractor List CITY OF AUBURN Prepared in compliance with RCW 39.30.060 as amended Local Agency Address 25 W. Main Street, Auburn, WA 98001 To Be Submitted with the Bid Proposal BID BOND BOND NO. ________________ KNOW ALL MEN BY THESE PRESENTS: That we, _______________________________________________________, as Principal, (hereinafter called the “Principal”), and ______________________________________________, a corporation duly organized under the laws of the ___________________________ as Surety, (hereinafter called the “Surety”), are held and firmly bound unto the CITY OF AUBURN, Washington, as Obligee, (hereinafter called the “Obligee”), in the sum of FIVE PERCENT (5%) OF TOTAL AMOUNT BID not to exceed _____________________________________________ dollars ($_____________), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 30TH STREET NE AREA FLOODING – PHASE 1, CP1122, 14-08 NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the proper payment of labor and material in the prosecution thereof, or in the event of the failure of the Pri ncipal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. SIGNED, SEALED AND DATED THIS DAY OF , 20 . Name of Contractor Signed by Principal Surety Name Signed by Surety