WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY 600 FIFTH STREET, N.W. WASHINGTON, D.C FLINT FQ18064

Similar documents
NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 11/05/2018

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

00400 BID FORMS AND SUPPLEMENTS

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

I-11 BOULDER CITY BYPASS DESIGN-BUILD PROJECT FINAL REQUEST FOR PROPOSALS NO A INSTRUCTIONS TO PROPOSERS EXHIBIT E PRICE PROPOSAL FORMS

Cherokee County Board of Commissioners

BID: Escanaba WWTP Digester Roof Restoration

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form)

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT

Tiffany Strine SECRETARY Sealed Proposals will be received on or before 8:30 A.M. on the above Letting Date West Canal Road TIME

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

LAND IMPROVEMENT AGREEMENT

TIME ADDRESS MUNICIPAL CONTACT PHONE NUMBER

Alaska Railroad Corporation

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

DOCUMENT INSTRUCTIONS TO BIDDERS

PROPOSAL BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 610 First Edition, 2015 Design-Build Institute of America Washington, D.C.

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF

RECEIVED AT WHICH TIME BIDS

CITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of

OHIO DEPARTMENT OF TRANSPORTATION

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No.

General Contractor shall provide their own dumpster. Dumpster shall be located in parking lot behind Gymnasium. Coordinate location with Owner.

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I

BEFORE THE DEPARTMENT OF CORPORATIONS OF THE STATE OF CALIFORNIA EXHIBIT B BOND OF FINANCE LENDER AND/OR BROKER FINANCIAL CODE SECTION 22112

CITY OF RICHMOND PERFORMANCE BOND

PERFORMANCE BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 620 First Edition, 2015 Design-Build Institute of America Washington, D.C.

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED)

INSTRUCTIONS TO BIDDERS Medical Center

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

E&S PERFORMANCE BOND

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

FORM A: BID (See B9)

The Electrical Contractor s Guarantee Bond Regulations, 1988

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

FINAL AGREEMENT FOR LAND DIVISION IMPROVEMENTS IN ACCORDANCE WITH THE TOWN OF WESTPORT CODE FOR TOWN OF WESTPORT, DANE COUNTY, WISCONSIN

ALL AGENCY PROCUREMENT GUIDELINES

I-64 HAMPTON ROADS BRIDGE-TUNNEL EXPANSION PROJECT

EXHIBIT CONSTRUCTION CONTRACT BOND

Table of Contents SE-310, Invitation for Construction Services... 1

RULES OF DEPARTMENT OF REVENUE VEHICLE SERVICES DIVISION CHAPTER TITLE BONDS TABLE OF CONTENTS

Rock Island County Raffle License Application Packet

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

RIGHT-OF-WAY PERMIT SUBMITTAL REQUIREMENTS CHECKLIST

PERFORMANCE BOND. Date Bond Executed: Effective Date: Type of Organization: (Insert individual, joint venture, partnership, or corporation )

Landscaping Surety. All Required Materials Shall Meet Minimum Specifications! Types of Surety. Surety Materials to Submit

INVITATION FOR BIDS: Maintenance Repairs FY Bristol Warren Regional School District

RIGHT OF WAY OR OTHER TOWN PROPERTY STANDARD FORM

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act

CONTRACT AND BOND FORMS FOR

SURETY BOND GUARANTEEING PAYMENT

JEFFERSON COUNTY Land Development SITE IMPROVEMENTS BONDING & BOND SURETY POLICY (Effective Date: September 2, 2010)

ASPHALT PAVING CONTRACT L TENDER FORM. Tender Submitted By: Bid Bond $ or Certified Cheque $

F O R M OF P R O P O S A L

CDBG SIDEWALK IMPROVEMENTS Burks Road, North Avenue, Stillwood Cove CITY OF FOREST PARK, GEORGIA

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: )

FORM A: BID (See B9) 1. Contract Title 2015 WATERMAIN RENEWALS CONTRACT NO.3

CITY OF DANIA BEACH, FLORIDA ADDENDUM #5 REQUEST FOR PROPOSALS FOR CITYWIDE PUMP STATIONS SUPERVISORY CONTROL AND DATA ACQUISITION ( SCADA ) SYSTEM

FORM A: BID (See B8) 1. Contract Title FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

PAYMENT BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 625 First Edition, 2015 Design-Build Institute of America Washington, D.C.

BOND FOR FAITHFUL PERFORMANCE

SAMPLE SUBCONTRACTOR S PAYMENT BOND FOR DESIGN-BUILD PROJECTS. Document No. 635 First Edition, 2015 Design-Build Institute of America Washington, D.C.

Termination for Default,

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018

Proposal for Bidding Purposes

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract.

ALL AGENCY GENERAL CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on December 13, 2017

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

BID FORM FOR CONSTRUCTION CONTRACTS

SUBDIVISION AGREEMENT

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

Administrative Report

Guidelines for Submittals for Land Disturbance Permits

~,!'( ~UJ ' (Name/Department) Documen~ to: COUNTY OF KANE. - ' AWCihilili;s.~ f?/;;-t/;s ' No_, '_...;.'" """ YES ---- I j

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

NORTH TEXAS MUNICIPAL WATER DISTRICT

EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP:

1 Page. SPECIFICATIONS FOR ONE (1) SECURITY GATE SYSTEM Addendum #1-all changes in blue color

AIA Document A101 TM 1997

Optional Paragraphs for inclusion in the Settlement Agreement 1. MULTIPLE CHARGING PARTIES

OSWEGO COUNTY PURCHASING DEPARTMENT

Construction, respecting the replacement of the entrance stairs of City Hall, in the City of

BOND FOR FAITHFUL PERFORMANCE

Proposal for Bidding Purposes

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO.

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages

WHEREAS, there is a need to replace the existing roof on the meter shop building located at 1715 N. 21St Avenue; and

ALASKA MORTGAGE LICENSEE SURETY BOND

TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016

BILL ORDINANCE 10003

SECTION INSTRUCTIONS TO BIDDERS

Owner and Contractor OCSS101. Agreement Between: Contract Type: where the basis for Payment is a Stipulated Sum. Document No.

Transcription:

Serial Number: IFB FQ18064/GG Date of Issue: April 13, 2018 IFB Due Date: May 23, 2018 May 3, 2018 WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY 600 FIFTH STREET, N.W. WASHINGTON, D.C. 20001 AMENDMENT NO. 1 TO INVITATION FOR BIDS FOR REHABILITATION OF 6 PARKING GARAGES LARGO TOWN CENTER (NORTH), LARGO TOWN CENTER (SOUTH), NEW CARROLTON, VIENNA (NORTH), WEST FALLS CHURCH AND WHITE TO WHOM IT MAY CONCERN: FLINT FQ18064/GG The Invitation for Bid for IFB FQ18064/GG requesting Bids for the above project is hereby changed in part as listed below. 1. Volume 1, Div 0 Bidding and Contracting Requirements Delete the following pages and in lieu thereof substitute the accompanying pages: DELETE SUBSTITUTE DESCRIPTION Section 00100 Section 00100 Notice to Bidders Notice to Bidders Revised Section 00103 Section 00103 Project Bid Schedule Project Bid Schedule Revised Section 00431 Section 00431 Bid Bond Bid Bond Revised Section 00824 Project Section 00824 Project Revised Schedule. Paragraphs Schedule. Paragraphs F and G F and G 2. Volume 2 IFB Drawings DELETE SUBSTITUTE DESCRIPTION A12-PP-101 A12-PP-101 Revised D13-PP-101 D13-PP-101 Revised D13-S-001 D13-S-001 Revised K06-PP-101 K06-PP-101 Revised K06-S-001 K06-S-001 Revised K08-PP-101 K08-PP-101 Revised K08-S-001 K08-S-001 Revised K08-S-105 K08-S-105 Revised Amendment 1 1 FQ18064

Washington Metropolitan Area Transit Authority Contract Number: FQ18064 IFB No. FQ18064/GG Date: April 13, 2018 Section 00100 Invitation for Bid INVITATION FOR BID This Section includes Project information for Bidders. Contract No. FQ18064 includes IBF Documents for: NOTICE TO BIDDERS Project Name: REHABILITATION OF 6 PARKING GARAGES LARGO TOWN CENTER (NORTH), LARGO TOWN CENTER (SOUTH), NEW CARROLTON, VIENNA (NORTH), WEST FALLS CHURCH AND WHITE FLINT Bids for the Work described herein shall be submitted before 2:00 PM (Local time) on May 23, 2018. AM 1 Questions may be directed to Guzel Gufranova, Contract Administrator, telephone: (202) 962-2467; email: ggufranova@wmata.com See Section 00200, Instructions For Bidders, for Bid submittal instructions. DIRECTIONS TO SUBMITTING THE BID: Read and comply with the Invitation Instructions. In addition to other submission requirements set forth in this Invitation for Bid and all Amendments, the following must be properly executed, completed, and submitted as part of the Bid: A. BID: 1. Bid Form (properly executed), Section 00413 2. Bid Price Schedule, Section 00434 3. Bid Security, Section 00431 4. Completed and signed Representations and Certifications, Section 00451 5. DBE Data, Section 00453 6. Compliance Information, Section 00432 BID(S) MUST SET FORTH FULL, ACCURATE, AND COMPLETE INFORMATION AS REQUIRED BY THIS INVITATION FOR BID, INCLUDING ALL AMENDMENTS. Page 13 of 303 AMENDMENT 1

Washington Metropolitan Area Transit Authority Contract Number: FQ18064 IFB No. FQ18064/GG Date: April 13, 2018 00101 General Statement of Work A. The Contractor shall furnish all labor, materials, equipment, incidentals, and other items necessary to complete the Work as required by the Contract documents. B. The Project shall function as an integral part of and fully compatible with the existing WMATA system. C. It is the responsibility of the Contractor to gather all data necessary for the performance of the Work under this Contract that are needed in addition to Authority-furnished IFB Documents. D. Award of the contract will be based on the lowest responsive and responsible bid. E. All work under this Contract shall be performed in a logical sequence as developed by the Contractor and in compliance with this IFB. 00102 General Scope of Work Parking Structure: Rehabilitate six parking garages, Largo Town Center (North), Largo Town Center (South), New Carrolton, Vienna (North), West Falls Church and White Flint, to return them to a state of good repair. The Work includes, but is not limited, to pre-cast rehab of the garages, for example: concrete repairs which include repair of cracks and spalls; double tee rehabilitation includes remove and replacement of deck sealant, repair of tee plates, cleaning and painting, etc. expansion joint rehab Work; deteriorated bearing pad replacement; traffic control; pressure washing; curbs and access ramps; application of sealant, restriping of concrete surfaces; rehabilitation of exposed reinforced steel, installation of drainage slopes and additional surface drains; rehabilitated electrical circuits and lighting fixtures as necessary to meet current lighting code requirements; repair and coat steps in the stairwells; rehabilitating miscellaneous steel at ramp walls and in stairwells, connecting Bridge between Largo Town center north and South Parking Garage. The Contractor will be working within 50 feet of right-of-way from Largo Town North and Largo Town South parking garages, railroad protective insurance will be required for these parking garages. 00103 Project Bid Schedule The Bid schedule for this Project is as follows, with some dates being tentative: 1. Issue Invitation for Bid: April 16, 2018 2. Pre-Bid Conference: April 26, 2018 at 11:00 AM Local Time 3. Site Visit April 26, 2018 4. Projected Bid Due/Opening: May 23, 2018 5. Projected Contract Award: June 13, 2018 6. Projected Notice to Proceed: July 6, 2018 7. Period of Performance: NTP + 1290 Calendar Days END OF SECTION Page 14 of 303 AMENDMENT 1

Washington Metropolitan Area Transit Authority Contract Number: FQ18064 IFB No. FQ18064/GG Date: April 13, 2018 00431 Bid Security (Bid Bond Form) (Submit with Bid) This Section includes the Supplementary Bid Forms that are required to be submitted with the Bid. BID BOND Invitation for Bid No.: FQ18064 Penal Sum of Bond: Insert $ or % Date Bond Executed: Insert Date Bid Closing Date: May 23, 2018 5% of Bid Price or Amount: Insert Amount KNOW ALL MEN BY THESE PRESENTS, that we, the Principal and Surety(ies) hereto, are firmly bond to the Washington Metropolitan Area Transit Authority in the above penal sum for the payment of which we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally: provided, that, where the Sureties are corporations acting as co-sureties, we, the Sureties, bind ourselves in such sum jointly and severally as well as severally only for the purpose of allowing a joint action or actions against any or all of us, and for all other purposes each Surety binds itself, jointly and severally with the Principal, for the payment of such sum only as set forth opposite the name of such Surety, but if no limit of liability is indicated, the limit of liability shall be the full amount of the penal sum. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the Bid identified above: NOW, THEREFORE, if the Principal, upon acceptance by the Authority of this Bid identified above, within the period specified therein for acceptance (60 Days if no period is specified), shall execute such further contractual documents, if any, and give such bond(s) as may be required by the terms of the Bid as accepted within the time specified 10 Days if no period is specified) after receipt of the forms by him, or in the event of failure so to execute such further contractual documents and give such bonds, if the Principal shall pay the Authority for any cost of procuring the work which exceeds the amount of its Bid, then the above obligation shall be void and of not effect. Each Surety executing this instrument hereby agrees that its obligation shall not be impaired by any extension(s) of the time for acceptance of the Bid that the Principal may grant to the Authority notice of which extension(s) to the Surety(ies) being hereby waived provided that such waiver shall apply only with respect to extensions aggregating not more than 60 Days in addition to the period originally allowed for acceptance of the Bid. Principals 1. Firm Name: Corporate Seal Firm Address: Title and Signature State of Incorporation: 2. Firm Name: Corporate Seal Page 35 of 303 AMENDMENT 1

Washington Metropolitan Area Transit Authority Contract Number: FQ18064 IFB No. FQ18064/GG Date: April 13, 2018 Modify Clause 00724, Project Schedule to add the following paragraph and subparagraphs: D. During cold and high ambient temperatures, the Contractor must protect the working area to maintain the temperature as specified in product data standards. The Contractor is not allowed to stop the work because of low or high temperature. In the case of high temperature during day time, contractor is allowed to work during the night with the prior arranged permission from WMATA COR. D. WORK RESTRICTIONS The Contractor shall not schedule any work activities on July 3 rd, July 4 th, and July 5 th of each calendar year. In addition, the Contractor may be denied access on a particular work day because of an operational emergency which would not allow for an escort to be present on the work site; such as other duties required for severe weather conditions. Refer to the General Provisions for damages for delay and time extensions. E. WORK UNDER THE BRIDGE All rehab work at underside of connecting bridge (over the rail track) between Largo Town center North and South must be done during non-revenue hours of WMATA (during night hours) with prior approval of WMATA track services department. F. INTERIM WORK COMPLETION a. Largo Town Center (North) parking garage All work must be completed in 390 calendar days after Notice to Proceed issuance date. b. Largo Town Center (South) parking garage All work must be completed in 900 calendar days after Notice to Proceed issuance date. c. Vienna (North) parking garage All work must be completed in 540 calendar days after Notice to Proceed issuance date. d. White Flint parking garage All work must be completed in 930 calendar days after Notice to Proceed issuance date. e. West Falls Church parking garage All work must be completed in 900 calendar days after Notice to Proceed issuance date. f. New Carrollton Parking Garage All work must be completed in 1260 calendar days after Notice to Proceed issuance date. G. FINAL WORK COMPLETION Final work completion for all six (6) parking facilities maximum of 1290 calendar days after the initial Notice to Proceed issuance date. 00825 Commencing the Work Modify Clause 00725, Commencing the Work to delete Paragraph A. and substitute with the following Paragraph and subparagraphs: A. In the event the signed Contract with required insurance and bonds is not returned to the Authority within ten (10) calendar days after Date of award and, if approval has not been obtained within that ten Disadvantaged Business Enterprise Amendment 1 Appendix B 2 DBB V1 8/2013

DESIGNED DRAWN CHECKED B. TCHOUDJA L. NGUYEN L. KATSMAN NUMBER REFERENCE DRAWINGS TITLE REVISIONS NUM DESCRIPTION 0 FINAL SUBMITTAL 04/30/2018 1 AMENDMENT #1 JOHN PURDY ENGINEERING MANAGER OFFICE OF DESIGN AND CONSTRUCTION IRPG - FIXED FACILITIES IFTEKHAR AHMAD ENGINEER OF RECORD M NO. M1301 REHABILITATION OF PARKING GARAGES D13 - NEW CARROLLTON PARKING GARAGE LEVEL 1 PHASING PLAN CONTRACT NO. SCALE DRAWING NO. SHEET NO. FQ18064 1/20" = 1'-0" D13-PP-101 82 of 503

REINFORCING STEEL LAP SPLICES AND EMBEDMENTS BAR SIZE MINIMUM LAP SPLICE LENGTH (INCHES) TOP BARS OTHER BARS MINIMUM EMBEDMENT LENGTH (INCHES) TOP BARS OTHER BARS DESIGNED DRAWN CHECKED M. PARK L. NGUYEN L. KATSMAN NUMBER REFERENCE DRAWINGS TITLE REVISIONS NUM DESCRIPTION 0 FINAL SUBMITTAL 04/30/2018 1 AMENDMENT #1 JOHN PURDY ENGINEERING MANAGER OFFICE OF DESIGN AND CONSTRUCTION IRPG - FIXED FACILITIES IFTEKHAR AHMAD ENGINEER OF RECORD M NO. M1301 REHABILITATION OF PARKING GARAGES D13 - NEW CARROLLTON PARKING GARAGE GENERAL STRUCTURAL NOTES CONTRACT NO. SCALE DRAWING NO. SHEET NO. FQ18064 NONE D13-S-001 86 of 503

DESIGNED DRAWN CHECKED B. TCHOUDJA L. NGUYEN L. KATSMAN NUMBER REFERENCE DRAWINGS TITLE REVISIONS NUM DESCRIPTION 0 FINAL SUBMITTAL 04/30/2018 1 AMENDMENT #1 JOHN PURDY ENGINEERING MANAGER OFFICE OF DESIGN AND CONSTRUCTION IRPG - FIXED FACILITIES IFTEKHAR AHMAD ENGINEER OF RECORD M NO. M1301 REHABILITATION OF PARKING GARAGES K06 - WEST FALLS CHURCH PARKING GARAGE LEVEL 1 PHASING PLAN CONTRACT NO. SCALE DRAWING NO. SHEET NO. FQ18064 1/20" = 1'-0" K06-PP-101 310 of 503

REINFORCING STEEL LAP SPLICES AND EMBEDMENTS BAR SIZE MINIMUM LAP SPLICE LENGTH (INCHES) TOP BARS OTHER BARS MINIMUM EMBEDMENT LENGTH (INCHES) TOP BARS OTHER BARS DESIGNED DRAWN CHECKED M. PARK L. NGUYEN L. KATSMAN NUMBER REFERENCE DRAWINGS TITLE REVISIONS NUM DESCRIPTION 0 FINAL SUBMITTAL 04/30/2018 1 AMENDMENT #1 JOHN PURDY ENGINEERING MANAGER OFFICE OF DESIGN AND CONSTRUCTION IRPG - FIXED FACILITIES IFTEKHAR AHMAD ENGINEER OF RECORD M NO. M1301 REHABILITATION OF PARKING GARAGES K06 - WEST FALLS CHURCH PARKING GARAGE GENERAL STRUCTURAL NOTES CONTRACT NO. SCALE DRAWING NO. SHEET NO. FQ18064 NONE K06-S-001 313 of 503