CITY OF TACOMA Department of Public Utilities – Tacoma Power
ADDENDUM NO. 3 DATE: May 25, 2017 REVISIONS TO: Request for Bids Specification No. PG17-0072F Facilities General Construction & Auditorium Remodel 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 has been changed to 11:00 a.m. PST, Tuesday, June 6, 2017. REVISIONS TO THE GENERAL INFORMATION and REQUIREMENTS: Replace Bidder’s Check List with revised list: Small Business Enterprise (SBE) requirements changed from required with bid to execution after contract award. REVISIONS TO THE PROPOSAL PAGES: Replace Proposal Page 10 with revised page: Correct location of Force Account bid amount. REVISIONS TO THE SPECIFICATION: Replace Table of Contents Pages 1 and 4 with revised pages: Addition of State of Washington Professional Engineer’s stamp and Section 09405 – Terrazzo Repair Services. REVISIONS TO THE SPECIAL PROVISIONS: Replace Section 01025 – Measurement and Payment Page 15 with revised page: Revise job trailer and sanitation facilities requirement(s). REVISIONS TO THE TECHNICAL PROVISIONS: Insert Section 09405 – Terrazzo Repair Services, entire section: Addition of terrazzo repair services. NOTE: Acknowledge receipt of this addendum by initialing the corresponding space as indicated on the signature page. Vendors who have already submitted their bid/proposal may contact the Purchasing Division at 253-502-8468 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. PG17-0059F Addendum No. 3. 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
Specification PG17-0072F Addendum No. 3Page 2
Form No. SPEC-220A Revised: 08/10/2011
Cc: Ryan McLaughlin, Generation/Plant Engineering & Construction Svcs Terry Ryan, Generation/Plant Engineering & Construction Svcs
Bidder CkLst.dot Rev. 6/29/16
BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms which must be submitted with your bid: (a) Schedule of bid price. The unit/lump sum prices bid must be shown in the space provided. (b) Signature page. To be completed and signed by the bidder. (c) Proposal data sheets (required when included in the proposal). (d) Contractor's Record of Prior Contracts (required/not required). (e) List of Equipment (required/not required). (f) State Responsibility and Reciprocal Bid Preference Form (required/not required). (g) Bid bond or certified check (for construction contracts only). Each bid must be accompanied by a certified or cashier's check for 5-percent of the total amount bid, or an approved bid bond by a surety company authorized to do business in the State of Washington. See General Provisions 1.04. (h) Subcontractor List (applicable only for construction contracts of $1,000,000 and over). (i) CONSTRUCTION CONTRACTS: Bid proposals for contractor labor must include fully completed "SBE Utilization Form", "Prime Contractors Pre-Work Form", and “Subcontractors Pre-Work Form”. NON-CONSTRUCTION CONTRACTS: Bid proposals for material and services must include fully completed "Personnel Inventory Form". (j) “Submittals Required with Bid” as are listed in the Special Provisions Section – Submittals and Shop Drawings (for construction contracts) or Submittals Section (for supply contracts).
• Experience and success of both company and superintendent completing at least three (3) projects of similar scope, complexity, and overall cost. A detailed list of comparable projects with current list of contacts shall be submitted with the bids.
• A minimum of five (5) documented years experience in building or facilities construction supervision by superintendent. Bidders shall submit a resume of named superintendent with their bids.
The following forms are to be executed after the contract is awarded: (a) Contract This agreement is to be executed by the successful bidder. (b) Performance and Payment Bonds (required/not required). To be executed by the successful bidder and his surety company, and countersigned by a local resident agent of said surety company. (c) Contractor's Work Hazard Analysis Report (for construction contracts only) (d) General Release to the City of Tacoma (for construction contracts only). (e) CONSTRUCTION CONTRACTS: Bid proposals for contractor labor must include fully completed "SBE Utilization Form", "Prime Contractors Pre-Work Form", and “Subcontractors Pre-Work Form”. To be executed by the successful bidder upon completion of work and prior to the receipt of the final payment.
10
(PG17-0072F) Name of Bidder
PROPOSAL B – ABN GROUND FLOOR AUDITORIUM REMODEL
ITEM 1B Mobilization/Demobilization LS $____________ ITEM 2B Auditorium Remodel Construction LS $____________ ITEM 3B *Force Account $ $50,000 *Bidders shall include the $ 50,000 figure as part of their overall bid. 50,000 PROPOSAL B TOTAL ITEMS 1B – 3B $____________ **Sales Tax @ ________ $____________ (**Note Paragraph 1.13 of General Provisions) PROPOSAL B TOTAL AMOUNT $____________ NOTE TO BIDDERS A pre-bid meeting will be held on Tuesday, May 9, 2017, 10:00 a.m., at Tacoma Public Utilities Administration Building, 3628 South 35th Street, Tacoma WA 98409, in Conference Room ABN-LT1. Please confirm your attendance with Ms. Kimberly Ward via email, at [email protected]. If you are unable to attend this meeting, please call the SBE (Small Business Enterprise) Office at 253-591-5224 and/or the LEAP (Local Employment and Apprenticeship Program), at 253-591-5826, for instructions in filling out the SBE/LEAP forms (if applicable) or for questions concerning these requirements.
Table of Contents Page 4 Specification PG17-0072F
DIVISION 8 - DOORS AND WINDOWS
SECTION 08100 - METAL DOORS AND FRAMES
SECTION 08200 – WOOD DOORS SECTION 08450 – ALL GLASS ENTRANCES AND SIDELITES
SECTION 08500 - METAL WINDOWS
SECTION 08710 - FINISH DOOR HARDWARE
SECTION 08800 - GLASS AND GLAZING
DIVISION 9 - FINISHES SECTION 09100 - GYPSUM BOARD SYSTEMS
SECTION 09120 - ACOUSTICAL SUSPENSION SYSTEMS
SECTION 09210 - GYPSUM PLASTER
SECTION 09300 – FLOOR & WALL TILE
SECTION 09400 – TERRAZZO SECTION 09405 – TERRAZZO REPAIR SERVICES
SECTION 09510 - ACOUSTICAL PANEL CEILINGS
SECTION 09520 – ACOUSTICAL WALL SYSTEM (RULON)
SECTION 09522 - TACKABLE FABRIC WALL SYSTEMS
SECTION 09620 – LAMINATED FLOORING
SECTION 09660 – VINYL SHEET FLOORING
SECTION 09678 - RESILIENT BASE SECTION 09680 - CARPET
SECTION 09900 - PAINTING
DIVISION 10 - SPECIALTIES
SECTION 10156 - METAL TOILET COMPARTMENTS
SECTION 10443 – ENGRAVED LAMINATED PLASTIC SIGNS
SECTION 10800 - TOILET AND BATH ACCESSORIES DIVISION 12 - FURNISHINGS SECTION 12391 – FACTORY CASEWORK
SECTION 12620 - FURNISHINGS & UPHOLSTERY
SECTION 12690 – ENTRANCE MAT DIVISION 16 - ELECTRICAL
SECTION 16113 – COMMUNICATIONS REQUIRMENTS
SECTION 16721 – FIRE ALARM SYSTEM
SECTION 16730 – ACCESS CONTROL AND SECURITY SYSTEM
Section 01025 Page 15 Specification PG17-0072F
Work incidental to this bid item includes travel and coordination. 33A. MOBILIZATION/DEMOBILIZATION
A. MEASUREMENT Mobilization/Demobilization to Cowlitz, Cushman, Nisqually and Wynoochee hydroelectric projects for remodeling and/or new construction shall be measured per each (EA). Work may be in restricted areas such as occupied and other secured areas. Mobilization will only be paid once for each project regardless of the number of required visits. B. PAYMENT The per each (EA) contract price for Mobilization/Demobilization to Cowlitz, Cushman, Nisqually and Wynoochee hydroelectric projects shall be full compensation for all costs associated with this contract including mobilization, demobilization, materials, tools and equipment required to provide job trailer and sanitation facilities (if project duration dictates need, as determined by Project Lead) to complete work as ordered for each site, site clean-up, and project as-builts. If a job trailer or sanitation facilities are required by the Project Engineer and cannot be provided by the City with on-site facilities, the Contractor will provide them under bid item 34A – Labor and Materials at Cost Plus. Costs associated with submitting monthly redline as-builts, and project schedule update with each payment request shall be incidental to this bid item. The City reserves the right to withhold as-built payment due to lack of, or inaccurate, monthly and/or final redline as-built drawings. 34A. LABOR AND MATERIALS AT COST PLUS
A. MEASUREMENT Labor and Materials at Cost Plus shall include all general contractor or subcontractor labor and materials and/or work involved with purchasing any additional material, equipment rental or other work required to complete the work ordered, not otherwise outlined as other bid items as approved by the Project Engineer. Incidental items include research, shipping, delivery, storage and transport to the work site. B. PAYMENT The contract price for Labor and Materials at Cost Plus shall include invoice costs marked up at the rate bid on the proposal sheet. A value of $20,000 has been added to the proposal. Contractor shall include the percent mark-up (Example: Should a contractor bid a 20% markup, the proposal should read $20,000 x 1.2 = $24,000). 35A. FORCE ACCOUNT, PER LUMP SUM
A. MEASUREMENT Measurement will be made for Force Account in accordance with Section 1-09.6 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.
Section 09405 Page 1 Specification PG17-0072F
SECTION 09405 – TERRAZZ0 REPAIR SERVICES PART I GENERAL
1.1 SCOPE OF WORK The contractor shall furnish all supervision, labor, materials, tools, supplies, equipment and transportation required to accomplish, as needed, repairs to include removal, site preparation and installation for various types, sizes and colors of terrazzo floors and grout.
1.2 CONTRACTOR QUALIFICATIONS The contractor shall have at least ten (10) years experience in the business of installing, repairing and maintaining all types of terrazzo. If the contractor subcontracts any work, the sub-contractor and all employees who will respond to service calls and perform repair services shall have at least ten (10) years experience in the business also.
PART 2 PRODUCTS
2.1 TERRAZZO MIX DESIGNS A. Mix designs are to be used as a starting point only. The contractor shall adjust
mix to match existing surrounding areas. Due to the individual nature of the mixes and construction techniques used to place terrazzo in the floor grid, the mix designs must be confirmed with mock-up samples in the field at the location of construction. All mock-up samples must be polished to match the existing floor finish as well.
B. Depending on exact location of repairs, the terrazzo formula of the existing floor may not be available. In cases where it is necessary to cut and remove a mock-up sized sample, the void must be temporarily filled with plaster. The sample cut from the original floor must be returned to the CITY upon project completion.
PART 3 EXECUTION
3.1 GRINDING PROCESS The contractor shall grind terrazzo floors using a multi-stage process: Step 1: Contractor shall begin grinding the floor with an 80-grit metal bond
grinder (equal to 36 grit resin stones). Step 2: Contractor shall then grind with a 120-grit metal bond grinder (equal to
80 grit resin stones) to remove the previous grit grinding marks. Step 3: Contractor shall then grind with a 220-grit resin bond to remove the
previous grinding marks. Step 4: Contractor shall then polish entire floor with Prime Grind “#2” by
using a slow speed buffer and at #3 Steel wool pad. Step 5: Contractor shall then polish entire floor with Prime Grind #AM. T his
step will bring out the luster and color of the Terrazzo floor. 3.2 TERRAZZO FINISH
A. The contractor shall match finish to the surrounding surface finish.
Section 09405 Page 2 Specification PG17-0072F
B. The finished floor shall have a smooth, uniform, rich looking luster and color. 3.3 TILE GROUT
The contractor shall replace missing grout with colored grout that matches existing surrounding grout.
3.4 WORK AREA PROTECTION A. The contractor shall be responsible for the protection of all wall surfaces from
the re-grinding process and any subsequent water damage. B. The contractor shall take measures to prevent water/slurry from going into the
cracks of the expansion joints and leaking down to the floor/area below. C. The contractor shall use wet floor signs and adequate barricades to provide
sufficient notice of potential safety hazards prior to, during, and after the performance of the services.
3.5 WORK AREA PROTECTION The contractor shall, at all times, secure the work area (i.e., barricades, barriers, etc.) to ensure the safety of the public, airport employees, and/or airport facilities.
3.6 WORK HOURS A. All work shall be performed during overnight work hours (see Section 01010 –
Summary of Work, Paragraph 1.6 - Contract Work Times). 3.7 PUNCH LIST
A. The CITY and/or his representative shall perform inspections of all work performed under this contract.
B. Results of these inspections shall constitute the contract punch list. The contractor shall correct all punch list items daily as directed by the CITY.
3.8 VOC REQUIREMENT The contractor shall use on the job site only chemicals and cleaning products that do not exceed the national Volatile Organic Chemical (VOC) limitations rule(s) published by the U.S. Environmental Protection Agency (EPA).
3.9 WARRANTY The contractor shall warranty, for a period of 180 calendar days, all work, materials, and labor provided as part of this contract. The warranty period shall commence upon acceptance of work by the City.
END OF SECTION