Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
20-076 - Fence Specialists - Public Works Fleet and Facilities Building Fence Project
20-076(a) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 01 Sheet 1 of 1 DATE: 5/4/2021 BUDGET NO.: 306.98.594.480.62.00 PROJECT NO.: 91630601 CONTRACT NO.: 20-076 PROJECT NAME: PW Fleet & Facilities Fence Project TO: Thomas Hackett — Fence Specialists You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. CHANGE: See Attached Exhibit "A", incorporated herein by reference. There are three main cost components to this Change Order: Modifications to the key pad pedestals = $132.99 (after initial tax). Additional bollards = $5,940.00 (after initial tax). Additional tax caused by the increase from 10% to 10.1% = $116.71 After all adjustments, the encumbrance for the project should be increased by $6,189.70 to $128,502.33. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. AC PTED: Date 5— .5— 4-- 1 Contractor •)'cit Title CZT By Original Contract (w/out tax) Previous Change Order $ 111,193.30 APPROVED BY THE CITY OF TUKWILA 0.00 Date 06/03/2021 HP This Change Order (w/out tax) $ 5,520.90 By Mayor REV. CONTRACT AMOUNT $ 116,714.20 plus tax eSignea via SeamlessDocs.com C7/(Law 6A-Ge/g Key: aJcaea0,c270bei72,70,11,7 — ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance): Construction Inspector; Construction Engineer; file: CO#1 - EXHIBIT A PROJECT NO.: 91630601 CONTRACT NO.: 20-076 PROJECT NAME: Public Works Fleet and Facility - Fence Project DESCRIPTION OF WORK This change order captures two minor changes associated with the Fleet and Facilities Fence project and makes additional administrative adjustments that are required to finalize payment and close the project. These items are further described below. Keypad Access Pedestals Change the configuration of the gate access pedestals for the southern yard from single height pedestals to dual height pedestals (gooseneck type posts). Use the same or similar foundation details and the same conduit routing as the original design. This Change should be a materials modification only. Per Exhibit B the total for this change is $120.90 (before tax). Additional Bollards — The contract drawings showed 12 total protective bollards to be installed around the new automated gates and fencing but the bid schedule only listed 6 to be included in the unit price bid items. Because the 12 total bollards were installed per plan we need to pay for them using the existing unit price items. This adjustment will result in a 100% overrun (or $5,400 before tax) in this bid quantity. Tax Adjustment — During the contract, the taxes charged in Tukwila increased from 10% to 10.1%. The total increase over the life of the work was $116.71 in additional tax. Along with the initial 10% tax applied to both the original and extra work the total tax for the contract will then be $11,788.13 or a total increase of $668.80. Time Extension — Because of active and changing COVID restrictions during the performance of the contract, items that were intended to be performed and coordinated by the City in parallel with the fence and gate actuator installation were delayed into 2021. It is not the City's intent to penalize the Contractor for impacts to the schedule which were outside of his control. We are therefore extending the contract completion date to avoid any assessment of liquidated damages. MATERIALS All materials shall be in accordance with current contract specifications or as approved by the Engineer. CONSTRUCTION REQUIREMENTS The Contractor shall construct the revisions in accordance with current contract specifications or as approved by the Engineer. MEASUREMENT AND PAYMENT This change order increases the existing unit price for Bid Item 11 - 20 -foot Automatic Slide Gate by $60.45 each and adds additional quantity to Bid Item 12 — Bollards per the Bid Item markup (Attachment C). These lump sum items include all direct and indirect costs to perform the work including, but not limited to, costs related to added time on the project. The added work results in an increase in project costs of $6,189.70 from the original contract encumbrance. CONTRACT TIME Contract time shall be extended by an appropriate number of days to avoid any assessment of liquidated damages on the project. 5/4/2021 Mail - Mike Roncla - Outlook RE: Need follow up on the Goosenecks Thomas Hackett <thomash@fencespecialists.com> Tl,e 5'4/2021 11 ::-;s At'/ To: Mike Ronda <Mike.Ronda@TukwilaWA.gov> Mike, CO #1 - Exhibit B The credit for the (2) single height goosenecks is ($604.50), the cost for the dual height goosenecks is $725.40. For an additional cost of $120.90. Regards, Thomas Hackett Project Manager & Estimator Contract Holder 253 — 777 — 6378 Cell 253 — 531— 5457 Fax thomash@fencespecialists.com uue 1969 From: Mike Ronda <Mike.Ronda@TukwilaWA.gov> Sent: Tuesday, May 4, 2021 9:46 AM To: Thomas Hackett <thomash@fencespecialists.com> Subject: Need follow up on the Goosenecks Importance: High Thomas, It turns out that the paperwork that you gave me for the various proposed changes did not breakout the goosenecks specifically (see attached). I'll need the credit for the single height goosenecks and the additional cost for the dual height models to process that change order. I've got a payment deadline coming up the end of this week and if I can get everything in the system today I can probably process the final payment on this check run. Typically, it can take a couple of weeks to route and finalize a Change Order but this is such a small amount and it should be the final payment for the contract so I can probably run them through in parallel. Please get back to me ASAP so I can keep this moving. MER Michael Ronda Project Manager - Construction 1 City of Tuhwila /A A A11, IA,-Y'4Il+.:.. Alm:/ 1Al-s!.\i1A/. Ir&I.n.__a*T\li. �.n KEYPAD DEVICE GOOSENECK STAND STANDARD CONCRETE PAD 16BY 16' BOLLARDS ARE RECOMMENDED BUT NOT SHOWN FOR CLARITY CONDUIT TO ENT 3' ABOVE SLAB BOLO TO CONC. PAD USING FOUR CONCRETE ANCHORS FINISHED GRADE REMOVE EXISTING ASPHALT AS REQUIRED PATCH WITH NEW TO MATCH EXISTING GRADE 44" 3/4' PVC CONDUIT STUBUP INTO GATE CONTROL CABINET GOOSENECK AND CONCRETE PAD SIDE VIEW OF PAD AND CONDUIT 1E" BY Metro Se:ty Access Cotr-ol 2525 NE Columbia Blvd Portland, OR 97211 FINISHED GRADE AUTOCAD\2006\GOOSE.DWG SCALE NONE DATE OF DRAWING 9/22/2006 0g06 -Z.5_1. -90Z 93 igG 'WA 'oll1epg ..oG Aem ;et:'J,' ..g zfrg0 i 'OD luidin'og 1 Gpie9 p;leLtiory ,kJ NNO-1230 1(1106)1101 QMo 1 0 1 =1)= ,03GIA21 gIVCI -4=-9F-1 [-- 1VISCI3d IHOlaH ivna 'gV\IVN gOr j-1ZE 1]ElU_"_ir_g c- t CD C • o Ci) c U3 u) 0 0_ c a,. = ▪ 0 .0) ) 1) (c) _c E co a3 x ci) O 0 -o ,5 15 0 u_ Z 2t, ront Elevation 1.) -o 0 0 - Side Elevation c CO #1 - Exhibit C Proposal: Public Works Fleet & Facility Building Fence Project Project No. 91630601 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflicts occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and the totals shall be corrected to conform thereto. Item No. Item Description Qty. Unit 1 Unit Price 1 Amount 1 Mobilization 1 LS $2,400.00 $2,400.00 2 Utility Potholing 1 EST $5,000.00 3 Resolution of Utility Conflicts 1 EST $8,000.00 4 Clearing and Grubbing 1 LS 5 Removal ofStructure and Obstruction 1 LS .... 6 Chain Link Fence Removal 620 LF $4,84 $3,000.80 7 Curb Removal 130 LF $9.23 $1,199.90 8 Type 1 6 -Foot Chain Link Fence 1,100 LF S30.96 $34,056.00 9 Barbed and Razor Wires 130 LF S19.82 $2,576.60 10 20 -foot Manual Slide Gate 2 EA $5,640.00 $11,280.00 11 20 -foot Automatic Slide Gate 2 EA $25,640.00 4 -5 -17280700 - $25.700.45 $51.400.90 12 EA $900.00 ' Bollard 12 ' $5,400,00 13 Property Restoration 1 EST $5,000,00 __f 0,800.00 14 Unexpected Site Changes 1 EST $5,000.00 Subtotal $_11L,193.30 Washington State Sales Tax at4-0-% 10.1 $ 11.119.33 Total.. -1-223f2763- $116,714.20 $ 11,788.13 $128,502.33 ContractorlSuccessful Bidder shall include all costs of doing this work within the unit and lump sum bid prices in the Proposal. If the Contract Documents require work that has no unit or lump sum bid item in the Proposal, costs shall be incidental and included within the unit and lump sum bid prices in the Proposal. City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 CITY OF TUKWILA Short Form Contract Contract Number: 20-076 Council Approval 3/23/20 Contractor/ Vendor Name: Fence Specialists Project No. 91630601 Address: 10708 Golden Given Road East Tacoma, WA 98445 Budget Item: 91630601.3000.123 and 306.98.594.480.62.00 Telephone: 253-531-5452 Project Name: Public Works Fleet and Facilities Building — Fence Project Please initial all attachments, then sign and return copies one and two to: City of Tukwila, Public Works Department, 6200 Southcenter Boulevard, Tukwila, Washington 98188. Retain copy three for your records until a fully executed copy is returned to you. AGREEMENT This Agreement, made and entered into this 26th day of August 2020, by and between the City of Tukwila, hereinafter referred to as "City', and Fence Specialists , hereinafter referred to as "Contractor." The City and the Contractor hereby agree as follows: 1. SCOPE AND SCHEDULE OF SERVICES TO BE PERFORMED BY CONTRACTOR. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. in performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. TIME OF COMPLETION. The work shall be commenced on September 21, 2020 and be completed no later than October 30, 2020 . 3. COMPENSATION AND METHOD OF PAYMENT. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit p, attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $122,312.63 at a rate of N1/A , except by written agreement of the parties. 4. CONTRACTOR BUDGET. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 5. PAYMENTS. The City shall make payments on account of the contract at completion of the project. 6. ACCEPTANCE AND FINAL PAYMENT. Final payment shall be due 10 days after completion of the work, provided the contract is fully performed and accepted. 7. CONTRACT DOCUMENTS. CA revised May 2020 Page 1 The contract includes this Agreement, Scope of Work and Payment Exhibit. The intent of these documents is to include all labor, materials, appliances and services of every kind necessary for the proper execution of work, and the terms and conditions of payment therefore. • The documents are to be considered as one, and whatever is called for by any one of the documents shall be as binding as if called for by all. • The Contractor agrees to verify all measurements set forth in the above documents and to report all differences in measurements before commencing to perform any work hereunder. 8. MATERIALS, APPLIANCES AND EMPLOYEES. • Except as otherwise noted, the Contractor shall provide and pay for all materials, labor, tools, water, power and other items necessary to complete the work. • Unless otherwise specified, all material shall be new, and both workmanship and materials shall be of good quality. • Contractor warrants that all workmen and subcontractors shall be skilled in their trades. 9. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all surveys unless otherwise specified. Permits and licenses necessary for the execution of the work shall be secured and paid for by the Contractor. Easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City unless otherwise specified. The Contractor shall comply with all laws and regulations bearing on the conduct of the work and shall notify the City in writing if the drawings and specifications are at variance therewith. 10. PROTECTION OF WORK, PROPERTY AND PERSONS. The Contractor shall adequately protect the work, adjacent property and the public and shall be responsible for any damage or injury due to any act or neglect. 11. ACCESS TO WORK. The Contractor shall permit and facilitate observation of the work by the City and its agents and public authorities at all times. 12. CHANGES IN WORK. The City may order changes in the work, the contract sum being adjusted accordingly. All such orders and adjustments shall be in writing. Claims by the Contractor for extra cost must be made in writing before executing the work involved. 13. CORRECTION OF WORK. The Contractor shall re -execute any work that fails to conform to the requirements of the contract and that appears during the progress of the work, and shall remedy any defects due to faulty materials or workmanship which appear within a period of one year from date of completion of the contract and final acceptance of the work by the City unless the manufacturer of the equipment or materials has a warranty for a longer period of time, which warranties shall be assigned by Contractor to City. The provisions of this article apply to work done by subcontractors as well as to work done by direct employees of the Contractor. 14. OWNER'S RIGHT TO TERMINATE CONTRACT. Should the Contractor neglect to execute the work properly, or fail to perform any provision of the contract, the City, after seven days' written notice to the contractor, and his surety, if any, may without prejudice to any other remedy the City may have, make good the deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contract or, at the City's option, may terminate the contract and take possession of all materials, tools, appliances and finish work by such means as the City sees fit, and if the unpaid balance of the contract price exceeds the expense of finishing the work, such excess shall be paid to the Contractor, but if such expense exceeds such unpaid balance, the Contractor shall pay the difference to the City. 15. PAYMENTS. Payments shall be made as provided in the Agreements. Payments otherwise due may be withheld on account of defective work not remedied, liens filed, damage by the Contractor to others not adjusted, or failure to make payments properly to the subcontractors. 16. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in CA revised May 2020 Page 2 connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products -completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products -completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractors Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. 3 WorkersCompensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor -provided CA revised May 2020 Page 3 insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public Entity is an additional insured on each and every Subcontractor's Commercial General liability insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business -days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. 17. PERFORMANCE BOND. The Contractor shall furnish to the City prior to start of construction a performance bond at 100% of the amount of the contract and in a form acceptable to the City. In lieu of bond for contracts less than $25,000, the City may, at the Contractor's option, hold 5% of the contract amount as retainage for a period of 30 days after final acceptance or until receipt of all necessary releases from the Department of Revenue and the Department of Labor and Industries and settlement of any liens, whichever is later. 18. LIENS. The final payment shall not be due until the Contractor has delivered to the City a complete release of all liens arising out of this contract or receipts in full covering all labor and materials for which a lien could be filed, or a bond satisfactory to the City indemnifying the City against any lien. 19. SEPARATE CONTRACTS. The City has the right to execute other contracts in connection with the work and the Contractor shall properly cooperate with any such other contracts. 20. ATTORNEYS FEES AND COSTS. In the event of legal action hereunder, the prevailing party shall be entitled to recover its reasonable attorney fees and costs. 21. CLEANING UP. The Contractor shall keep the premises free from accumulation of waste material and rubbish and at the completion of the work, shall remove from the premises all rubbish, implements and surplus materials and leave the premises clean. 22. INDEMNIFICATION, The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4,24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 23. PREVAILING WAGES. The Contractor shall pay all laborers, workmen and mechanics the prevailing wage and shall file the required "Statement of Intent to Pay Prevailing Wages" in conformance with RCW 39.12.040. 24. DISCRIMINATION PROHIBITED. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, CA revised May 2020 Page 4 age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 25. ENTIRE AGREEMENT; MODIFICATION. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. 26. SEVERABILITY AND SURVIVAL. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 27. NOTICES. Notices to the City of Tukwila shall be sent to the following address: City Clerk, City of Tukwila 6200 Southcenter Blvd, Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 28. APPLICABLE LAW; VENUE; ATTORNEY'S FEES. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. IN WITNESS WHEREOF, the parties hereto executed this Agreement the day and year first above written. CITY OF TUKWILA C. ---/(1.6t &me/e' By: Signature Printed Name: Allan Ekber Date". 08/26/2020 ATTEST/AUTHENTICATED' c134.€4t-9 6,677(cth&t.t-9 Ma or City Clerk, Christy O'Flaherty APPROVED AS TO FORM: aAG Q52Md BY: Office of the City Attorney CA revised May 2020 By: Signature Printed Name: Stephenie Burkhart Title: Project Manager Date: 8/6/2020 Page 5 ( A City of Tukwila Public Works Fleet & Facility Building Fence Project Bid Document June 30, 2020 NOTICE IS HEREBY GIVEN that bids shall be received by Peter Lau electronically via peter.lau.Vtukwilawa.wv no later than 10:00 a.m. on Wednesday, July 15, 2020, as shown in Peter Lau's Outlook Email Inbox only. The lowest and responsive bidder will be determined on or before 5:00 p.m. on Thursday, July 16, 2020, for: Public Works Fleet & Facility Building Fence Project Project No. 91630601 The Work to be performed within 30 working days from the date of Notice to Proceed consists of furnishing all materials, equipment, tools, labor, and other work or items incidental thereto for: The Public Works Fleet and Facility Building is located at 11210 Tukwila International Boulevard in Tukwila, Washington. In this property, construction of approximately 1,032 lineal feet of 6 -foot height galvanized chain link fence, two 20 -foot manual slide gates, two 20 -foot automatic slide gates, six bollards, and 124 lineal feet of barbed and razor wires; and removals of 592 lineal feet of existing chain link fence and 110 lineal feet of existing curb. A pre-bid meeting will be held at the Public Works Fleet & Facility Building project site on July 8, 2020, from 10:30 a.m. to 11:00 a.m. This pre-bid meeting is mainly to go over the electrical connection (see the enclosed 20200428_103228.jpg and 20200428 103620.jpg pictures) among the two 20 -foot automatic slide gates and the Public Works Fleet & Facility Building. The City of Tukwila (The City) hereby notifies all bidders that it will affirmatively ensure that in any contracts entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex or national origin in consideration for an award. The City reserves the right to reject any and all bids or waive any informalities in the bidding and make the award as deemed to be in the best interest of the City. Scope of Works: At the Public Works Fleet and Facility Building project site, construction of approximately 1,032 lineal feet of 6 -foot height galvanized chain link fence, two 20 -foot manual slide gates, two 20 - foot automatic slide gates, six bollards, and 124 lineal feet of barbed and razor wires; and removals of 592 lineal feet of existing chain link fence and 110 lineal feet of existing curb. Please see the enclosed electronic Project Plans for the construction details: L Heiser Building Fence MER-06-22-20.pdf file. 2. WSDOT 2002 Fence Details.pdf file. 3. Hoover Fence Slider Gate HF-CL-38R2-W.pdf file. 4. Hoover Fence — TopBarbDetail HF-CL-24R2-W.pdf file. For the two 20 -foot manual slide gates, the City requires the manual slide gates to be the same as the enclosed Hoover Fence Slider Gate HF-CL-38R2-W.pdf file detail, or equal. After the Short Form Contract is signed between the City and the successful bidder/Contractor, the City will review the successful bidder's/Contractor's proposed manual slide gate for final approval through the material submittal process. For the two 20 -foot automatic slide gates, the City requires: • the automatic slide gates to be the same as the enclosed Hoover Fence Slider Gate HF- CL-38R2-W.pdf file detail, or equal; • the actuator and control panel to be the same as Chamberlain Elite, Model SL3000ULDC3 (see the enclosed IMG_1130, 6-23-20.jpg and IMG 1132, 6-23-20jpg pictures), or equal; • and the bollards per Washington State Department of Transportation (WSDOT) Standard Plan H-60.10-01 — Type 1. After the Short Form Contract is signed between the City and the successful bidder/Contractor, the City will review the successful bidder's/Contractor's proposed automatic slide gate for final approval through the material submittal process. Proposal: Public Works Fleet & Facility Building Fence Project Project No. 91630601 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflicts occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and the totals shall be corrected to conform thereto. Item No. Item Description Qty, Unit Unit Price Amount 1 Mobilization 1 LS $2,400.00 $2,400.00 2 Utility Potholing 1 EST $5,000.00 3 Resolution of Utility Conflicts 1 EST $8,000.00 4 Clearing and Grubbing 1 LS 5 Removal of Structure and Obstruction 1 LS 6 Chain Link Fence Removal 620 LF $4.84 $3,000.80 7 Curb Removal 130 LF $9.23 $1,199.90 8 Type 1 6 -Foot Chain Link Fence 1,100 LF $30.96 $34,056.00 9 Barbed and Razor Wires 130 LF $19.82 $2,576.60 10 20 -foot Manual Slide Gate 2 EA $5,640.00 $ 11,28000 11 20 -foot Automatic Slide Gate 2 EA $25,640.00 $51,280.00 12 Bollard 6 EA $900.00 $5,400.00 13 Property Restoration 1 EST $5,000.00 14 Unexpected Site Changes 1 EST $5,000.00 Subtotal .... . ..... ............................. .......... . ... $ 111 193.30 Washington State Sales Tax at 10% $ 11 119.33 Total .... . . .................... . . ..... . . ..... ....... . . $ 122,312.63 Contractor/Successful Bidder shall include all costs of doing this work within the unit and lump sum bid prices in the Proposal. If the Contract Documents require work that has no unit or lump sum bid item in the Proposal, costs shall be incidental and included within the unit and lump sum bid prices in the Proposal. Bid Item No. 1 — Mobilization (1-09) Supplementing to the WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition, Section 1-09.7, the demobilization cost shall also be included in this Bid Item. Bid Item No. 2 — Utility Potholing (1-07) Measurement and payment for this Bid Item shall be by force account per the WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition, Section 1-09.6. For the purpose of bidding equality, the City has furnished an estimated quantity for this item of work. Payment will be made only for the actual amount of work performed as authorized and deemed necessary by the City Project Manager. Bid Item No. 3 — Resolution of Utility Conflicts (1-07) Measurement and payment for this Bid Item shall be by force account per the WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition, Section 1-09.6. For the purpose of bidding equality, the City has furnished an estimated quantity for this item of work. Payment will be made only for the actual amount of work performed as authorized and deemed necessary by the City Project Manager. Utility conflicts due to the Contractor's actions or operations shall be resolved by the Contractor at no expense to the City. Bid Item No. 4 — Clearing and Grubbing (2-01) The lump sum bid price shall include, but not necessarily be limited to: removal and disposal of all existing vegetation, trees, roots, stumps, and debris within the construction limits shown on the Project Plans and specified herein. Work includes grubbing roots within the pavement course during pavement and/or concrete restoration. Bid Item No. 5 — Removal of Structure and Obstruction (2-02) The lump sum bid price shall include, but not necessarily be limited to: all necessary materials, labor, equipment, and tools necessary to complete the work identified herein or on the Project Plans, including abandoning or removing, hauling, and disposing of the material off site at a Contractor -obtained legal disposal site, including but not limited to all items identified on the Project Plans, specified herein, or required for installation of improvement for which a separate Bid Item has not been included in the Proposal. Bid Item No. 6— Chain Link Fence Removal (2-02) Measurement and payment for this Bid Item shall be per linear foot of completed fence removal. Included in this Bid Item shall include, but not necessarily be limited to: all necessary materials, labor, equipment, and tools necessary to complete the chain link fence removal identified herein or on the Project Plans, including abandoning or removing, hauling, and disposing of the material off site at a Contractor -obtained legal disposal site, including but not limited to all items identified on the Project Plans, specified herein, or required for installation of improvement for which a separate Bid Hem has not been included in the Proposal. Bid Item No. 7— Curb Removal (2-02) Measurement and payment for this Bid Item shall be per linear foot of completed curb removal. Included in this Bid Item shall include, but not necessarily be limited to: all necessary materials, labor, equipment, and tools necessary to complete the curb removal identified herein or on the Project Plans, including abandoning or removing, hauling, and disposing of the material off site at a Contractor -obtained legal disposal site, including but not limited to all items identified on the Project Plans, specified herein, or required for installation of improvement for which a separate Bid Item has not been included in the Proposal. Bid Item No. 8 — Type 1 6 -Foot Chain Link Fence (8-12) Measurement and payment for this Bid Item shall be per linear foot of completed fence installed, along the ground line, exclusive of openings. Included in this Bid Item shall include, but not necessarily be limited to: all necessary materials, labor, equipment, and tools necessary to satisfactorily complete installation of Type 1 6 -foot chain link fence as defined in the Project Plans and the WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition, Section 8-12. The work includes brackets, bolts, nuts, tension wire, turnbuckle, fabric, band, stretcher bar, post cap, chain link fabric, excavation, backfilling, compaction, cement concrete footing, and other materials as shown on the Project Plans and the WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition. Bid Item No. 9 — Barbed and Razor Wires (8-12) Measurement and payment for this Bid Item shall be per linear foot of barbed and razor wires installed, along the ground line. Included in this Bid Item shall include, but not necessarily be limited to: all necessary materials, labor, equipment, and tools necessary to satisfactorily complete installation of the barbed wires and razor wires as defined in the Project Plans and the WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition, Section 8-12. The work includes barbed selvage, chain link fabric, bolts, nuts, and other materials as shown on the Project Plans and the WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition. Bid Item No. 10 — 20 -Foot Manual Slide Gate (8-12) Measurement and payment for this Bid Item shall be per each. Included in this Bid Item shall include, but not necessarily be limited to: all necessary materials, labor, equipment, and tools necessary to satisfactorily complete installation of the 20 -foot manual slide gate as defined in the Project Plans and the WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition, Section 8-12. The work includes brackets, bolts, nuts, tension wire, turnbuckle, fabric, band, stretcher bar, post cap, chain link fabric, slide gate railing, excavation, backfilling, compaction, cement concrete footing, and other materials as shown on the Project Plans and the WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition. Bid Item No. 11 — 20 -Foot Automatic Slide Gate (8-12) Measurement and payment for this Bid Item shall be per each. Included in this Bid Item shall include, but not necessarily be limited to: all necessary materials, labor, equipment, and tools necessary to satisfactorily complete installation of the 20 -foot automatic slide gate as defined in the Project Plans and the WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition, Section 8-12. The work includes brackets, bolts, nuts, tension wire, turnbuckle, fabric, band, stretcher bar, post cap, chain link fabric, slide gate railing, electrical wiring, actuator, control panel, excavation, backfilling, compaction, cement concrete footing, and other materials as shown on the Project Plans and the WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition. Bid Item No. 12 — Bollard Measurement and payment for this Bid Item shall be per each. Included in this Bid Item shall include, but not necessarily be limited to: all necessary materials, labor, equipment, and tools necessary to satisfactorily complete installation of the bollard as defined in the Washington State Department of Transportation (WSDOT) Standard Plan H- 60.10-01. The work includes bollards, locks, bolts, nuts, excavation, backfilling, compaction, cement concrete footing, and other materials as shown on the Washington State Department of Transportation (WSDOT) Standard Plan II -60.10-01 and the WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition. Bid Item No. 13 Property Restoration (8-02) Measurement and payment for this Bid Item shall be by force account per the WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition, Section 1-09.6. For the purpose of bidding equality, the City has furnished an estimated quantity for this item of work. Payment will be made only for the actual amount of work performed as authorized and accepted by the City Project Manager. Bid Item No. 14 — Unexpected Site Changes (1-04) Measurement and payment for this Bid Item shall be by force account per the WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition, Section 1-09.6. For the purpose of bidding equality, the City has furnished an estimated quantity for this item of work. Payment will be made only for the actual amount of work performed as authorized and deemed necessary by the City Project Manager. Short Form Contract: See the enclosed City of Tukwila Short Form Contract, to be signed by the City and the successful bidder/Contractor. Contract Provisions: Aside from this Bid Document, the works on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition, as issued by the WSDOT and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and this Bid Document, all of which are made a part of the Contract Documents, shall govern all of the Works. Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Street and Highways, currently adopted edition, with Washington State modifications, if any; • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition; • and City of Tukwila Infrastructure Design and Construction Standards, 2019 edition. Contractor shall obtain copies of these publications, at Contractor's own expense. Any inconsistency in the parts of the Contract shall be resolved by foliowing this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal, 3. Amendments to the Standard Specifications, 4. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction, 5. Project Plans, 6. City of Tukwila Infrastructure Design and Construction Standards, 7. and WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction. ADDENDUM NO. 1 City of Tukwila Public Works Fleet & Facility Building Fence Project Date of Issue: July 15, 2020 Bid Submittal Date: July 15, 2020, 10:00 AM Date of Opening: July 16, 2020, 5:00 PM Notice to All Planholders: This Addendum No. 1, containing the following revisions additions, deletions, and/or clarifications, is hereby made part of the Bid Document/Contract Document for the above- named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bid Submittal and Opening Dates This paragraph of the Bid Document shall be revised to read as: NOTICE IS HEREBY GIVEN that bids shall be received by Peter Lau electronically via peter.lau@tukwilawa.gov no later than 10:00 a.m. on Wednesday, July 22, 2020, as shown in Peter Lau's Outlook Email Inbox only. The lowest and responsive bidder will be determined on or before 5:00 p.m. on Thursday, July 23, 2020, for: Public Works Fleet & Facility Building Fence Project Project No. 91630601 Scope of works The 2nd bullet point of the two 20 -foot automatic slide gates section, shall be revised to read as follow: • the actuator and control panel to be the same as Chamberlain Elite, Model SL3000ULDC3, or equal. However, the City requires key card access instead of keypad access, for the two automatic slide gates; ALL OTHER REQUIREMENTS OF THE BID DOCUMENT/CONTRACT DOCUMENT REMAIN IN EFFECT. All bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the email sending to Peter Lau, as part of the Bid Submittal. Failure to acknowledge receipt of the Addendum may be considered as an irregularity in the Bid Proposal and the City reserves the right to determine whether the bid will be disqualified. Sincerely, Peter Lau, Senior Program Manager, City of Tukwila 10708 Golden Given Rd East Tacoma, WA 98445 p: 253-531-5452 F: 253-531-5457 Project: Heiser City of Tukwila Contact info: Peter Lau Location: Public Works Fleet & Facility Building Fence Project Email peter.lau0Aukwilawa.g,ov Bid Date: 7/22/20 Total: $110,595 1100LF of 6'H 9ga Knuckled Twist - 1-5/8" rail, 2-7/8" terminal posts, 4" gate posts, 2-3/8" line posts - 45deg Barb Arms 124LF of Barb Wire and Razor Wire 130LF of Curb Removal 520LF of Existing Fence Removal 6ea WSDOT H-60.10-01 Bollards (2) 20'Wx6'1-J Manual Slide Gates (2) 20'Wx6'H Automated Slide Gates Excludes Electrical Permit, Trenching, and Conduit. Removal of existing fence includes cutting posts off at ground level. If post sets are to be removed an additional cost will be incurred that is NOT included in this proposal. Fencing Exclusions' EXCAVATING, Concrete work/ mow strip (concrete for posts is included), Demolition, Grubbing, Clearing, Permits, Electrical, Grounding, Painting, Survey, core drilling, traffic control, traffic protection, Imbeds, structural concrete, concrete finishing Sincerely, approved Thomas Hackett by Estimator and Project Manager title 253-531-5452 office contact 253-777-6378 cell 11111111111111111111 ' Approx 1400' of Existing Fence and Gate to Remain (TYP) 20' Manual Gate (New) 2 3 AA 3Nn Ataddoud Install chain link fence on pavement side of property line. Hydrant bollards to be removed as necessary to accommodate new fence location. (by others). •o Existing Manual Gate to Remain 20' Manual Gate (New) Add barbed wire and razor wire to top of first 24' of fence from the building face. 0 Spread fooling may be required to avoid existing utilities. � � I Spread footing may be required to avoid existing utilities. Jog chain link fence around existing light pole at this location. g. 98 a5 Extend Building Electrical Circuit to Gate Actuator and Control Panels as required. \\ \\ \ \ \ \ y v A \ . \ \ \ \ v A V A\ \\ \ A V A \ V A \ \ \\\ 20' Auto Gate w/Actuator, \. Control Panels and \ \ \ \ \ \ \ \ \ Protective Bollards (New) \ \ \ \ \ V \ v A \ \ A \ \ \ Existing Fence to \ .\ \ \ \ \ Remain (Typ) \ Spread footing may be required to avoid existing utilities. �- / 20' Auto Gael w/Actuator, Control Panels and Protective Bollards (New) I5 2 2 3 b Spread footing may be required to avoid existing utilities. Remove Approx 110' or Existing Curb (Typ) Install new chain link fence on alignment shown. ` \ - Lengths provided are approximate and subject to field verification. Remove Approx 520' of Existing Fence This Area (Typ) Add barbed wire and razor wire to top of Approx 100' of new and existing fence. O '44/%0 -Add New Fence to 446710//- \ Approximate Dimensions h4$Yru \ ` Shown (Typ) 0 23q'0 Preserve landscape feature if possible. ,6O O a c 9 9Z XVw „z --s1F- Brace rail xvw „z -1k- CHAIN LINK FENCE 4- 0 . v c xvw „z • ti7AUVdies, XVw „z-s��- 4- c Gate - 4 Locations r Q Tto J 0 Q • o o (I) o_ c U c Q U -o U O c — Q (1) o O o_ a)cn C > "0 m a) IT? ncD c U a) 0 0 co U a) ccs co 0 0) t0 0) 0) c _U O .ts "±j- (0 E O 0 I— co a) 0 O T c0 C co E a) 0 Corner/End Tension Bar Last Revised: 10-03-06 (1111111111111111100111011 10111111111111111111111111111111111111 11111 11111'1'1'1' 111,11111r 1000[ 11 8i° 1111, Elmhurst IL The Chvnk+srl Gln GrnuR+ Mc, chamber' sin, c am ASSEnt11111,F N) !IN nwl` r 000LILL C3 POWER: iI2 HP, 12QVac, iPH, 64Hz, 4 AmpS�----� PULL: 145 L85 MAX CJA_ CYCLES: CONTINUOUS o Mil 4 3312fi19 VEHIC'l,•11 A „` i nd Class IV asPkATper 0_325 Gassl.t Iasi •. ARNING TUN OFF ELECTRIC A WER TO OPERATOR BEFORE ATTEMPTING TO TO 00 SO CAN RESULTS IN SERIOUS INJURY t1 INSERT THE CRANK OVE HE p,pTE QPERATE MANUALLY FAILURE R1 TURN THE CRANK L $Y QUALIFIED PERSONNEL DEATH FAILURE TT TOES CAN RESULTS IN S'ERIO ,,U'NIOOOS©CANREr' INJURY