Post Point Wastewater Treatment Plant Improvements Owner: Engineer: CM/GC:

City of Bellingham Carollo Engineers Mortenson Construction

ADDENDUM NO. 08 April 27, 2012 THIS ADDENDUM MUST BE ACKNOWLEDGED ON THE BID PACKAGE BID FORM FOR BID PACKAGE 101

This addendum forms a part of the Contract Documents and modifies the original bidding documents only to the extent specifically shown and noted below. All other conditions shall remain the same. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject the Bidder to disqualification.

BP 101 – EARTHWORK: 1. Bid Date and Time for Bid Package 101 shall change to May 18, 2012 at 2:00 PM. Location to remain the same. 2. BP 101 Pre-Bid Walk agenda and sign-in sheet are included in this Addendum as an attachment. 3. Bid alternate #7 has been removed from the bid form. Revised bid form attached to this addendum. ATTACHMENTS: 1. BP 101 Pre-Bid Walk Agenda & Sign-In Sheet 2. Revised BP 101 Bid Form

End of Addendum No. 08

Page 1 of 1

ADDENDUM No. 08 April 27, 2012

AGENDA Post Point Wastewater Treatment Plant Improvements April 25, 2012 Bid Package 101 – Earthwork PRE-BID INFORMATIONAL MEETING I.

II.

III.

Introductions of Team City of Bellingham Carollo Engineers Mortenson Project Description � Overall project scope � Work Restrictions � Scope of BP 101 - Earthwork � Demolition � TESC � Excavation � Coordination w/ BP 111 - Lagoon Wetland Mitigation � Shoring � Dewatering � Piles � Backfill � Addendum 06 GC/CM Process Description � GC/CM role and responsibility � Mortenson is the GC/CM for the project. � Project administration of the Construction Contract � Bid process / requirements (sealed bid, time & place, no exceptions / deviations, questions/substitution request 7 days prior) � Bidding a complete scope – No proposals or exclusions � Bid Form � Bid security due at bid time � Payment and Performance Bond within 7 calendar days of issuance of Subcontract � Bid Alternates � Explanation of Contract Documents � Bidders Manual - Specific to Bid Package � Volume 1: Project Manual - Div 00 � Volume 2: Technical Specs - Div 01-14 � Volume 3: Technical Specs - Div 15-17 � Volume 4: Contract Drawings � Addenda � Additional Information: � Geotechnical Report � Hazardous Materials Reports � As-Built Drawings � Mortenson Safety Manuals � Specific front end specs that bidders should read/understand:

IV.

Site Specific Items of Interest � Condition of existing operating plant � Site Access � Laydown Area � Parking (requirement to carpool during peak construction loads) � Contractors responsible for their own trailers

V.

Project Requirements � Mortenson Zero Injuries program (stretch and bend, drug testing, safety plan, glasses, vests, gloves, hard hats) � Live Utility Awareness � Work Plans � Last Planner: Constraint and Variance Tracking � Prevailing Wage Requirements � Exhibit F Collective Bargaining Agreements � Good neighbor plan

VI.

Upcoming Addendum Items � Bid Date � Revised Bid Form

VII.

Contractor Questions

VIII.

Site Walk

..

Post Point Wastewater Treatment Plant Improvements

x BELL!!\!

~o~-s, 7

~

BP 101 Pre-Bid Walkthrough

u-

->.

7

=-------.:::::: >

.,.A

· '1--~o~ ~· M ort enson

April 25, 2012

con struction

~Sl-ftNG-~bl..J .\t.o-f e /"•.'\S frv c..J'~

D~ k.h1r~ 1Lef ·~

I

City of Bellingham Post Point WWTP Improvements Mortenson Project No: 12050005

SECTION 00070

BID FORM Page 1 of 4

M. A. MORTENSON COMPANY General Contractor/Construction Manager (GC/CM) Post Point WWTP Improvements 200 McKenzie Avenue Bellingham, WA 98225 B I D FORM BID PACKAGE 101 - EARTHWORK City of Bellingham: Post Point WWTP Improvements MORTENSON PROJECT NUMBER: 12050005

TRADECONTRACTOR (write in company name) In compliance with the contract documents, the following bid proposal is submitted:

1. BASE BID FOR EVALUATION (Including Specified Allowances) (Do not include WA State Sales Tax)

$

BASE BID FOR EVALUATION IN WORDS

DOLLARS (Please print dollar amount in space above)

2. ALTERNATES (Use positive amount for additive alternate and negative amount for deductive) Detailed description of alternates found in 00080 Summary of Work Bid Alternate No. 1 - Add 36" bypass around the Headworks Facility

$

Bid Alternate No. 2 - Delete Activated Sludge Basin #4

$

Bid Alternate No. 3 - Install PTFE diffuser membranes in lieu of EPDM

$

Bid Alternate No. 4 - Add CEPT Facility Modifications

$

N/A

Bid Alternate No. 5 - Add Preliminary Treatment Odor Control Modifications$ Bid Alternate No. 6 - Add Solids Handling Odor Control Modifications

$

Addendum 08 April 27, 2012

City of Bellingham Post Point WWTP Improvements Mortenson Project No: 12050005

SECTION 00070

BID FORM Page 2 of 4

2. UNIT PRICES (Where applicable) The unit price shall include full compensation for the cost of labor, materials, equipment, overhead, profit and any additional costs associated with the unit bid. MORTENSON RESERVES THE RIGHT TO NEGOTIATE HOURLY RATES AND UNIT PRICES WITH BIDDER The following unit prices shall be both additive and deductive: Unit Price 1: Furnish & install 6” thick, 3/4” crushed rock over geotextile fabric at Contractor staging and laydown areas. Additive per square yard (SY) unit price: Unit Price 1: $__________________/SY Unit Price 2: Furnish & install 8” thick, 3/4” crushed rock over geotextile fabric at truck access roads. Additive / deductive per square yard (SY) unit price: Unit Price 2: $__________________/SY Unit Price 3: Furnish & install crane pads. Additive / deductive per square yard (SY) unit price: Unit Price 3: $__________________/SY Unit Price 4: Furnish & install 4” thick, 3/4” crushed rock over geotextile fabric at pedestrian paths. Additive / deductive per square yard (SY) unit price: Unit Price 4: $__________________/SY The following unit prices shall be additive or deductive. Provide pricing for both: Unit Price 5: 18" Auger Cast Pile total length different from length indicated on drawings and geotech report. Per lineal foot (LF) unit price: Additive $__________________/LF Deductive

$__________________/LF

Unit Price 6: 24" Auger Cast Pile total length different from length indicated on drawings and geotech report. Per lineal foot (LF) unit price: Additive $__________________/LF Deductive

$__________________/LF

Unit Price 7: 36" Ground Improvement Column total length different from length indicated on drawings and geotech report. Additive/deductive per lineal foot (LF) unit price: Additive

$__________________/LF

Deductive

$__________________/LF

Unit Price 8: Overexcavate unsuitable soils as directed by the geotechnical engineer. Per cubic yard (CY) unit price: Unit Price 8: $__________________/CY

Addendum 08 April 27, 2012

City of Bellingham Post Point WWTP Improvements Mortenson Project No: 12050005

SECTION 00070

BID FORM Page 3 of 4

BID GUARANTEE Attach Bidder’s Bid Bond or other approved Bid Guarantee to this Bid Form SCHEDULE Bidder acknowledges that it has reviewed the project schedule, per Section 00320 including Milestones and relating to specific Scope of Work and agrees that bidder’s proposal is in compliance with schedule requirements. CONTRACT AND BOND If notified of the acceptance of this bid within 90 days of the deadline set for submission of bids, the undersigned agrees to execute a subcontract for the above work, for a compensation computed from the base bid and selected alternates, on the Mortenson subcontract supplied within the documents, without alteration, and to furnish Performance, Labor and Material bond identified in the Attachments of the Bidder's Manual within seven (7) days of award. ALLOWANCES The bidder acknowledges that it has included all allowances required by the Contract Documents. INTENT AND AFFIDAVIT OF WAGES PAID In compliance with 296-127 WAC the Contractor shall pay all fees associated with the Intent and Affidavit of Wages Paid to the Department of Labor and Industries. These costs are included in the bid. LIQUIDATED DAMAGES Bidder has familiarized themselves with the schedule requirements dictated in the Project Specification. It is understood that liquidated damages will be assess as noted in the Project Specifications. RECEIPT OF ADDENDA Receipt of the following addenda is acknowledged. Addendum No.

Addendum No.

Addendum No.

Addendum No.

Addendum No.

Addendum No.

Addendum No.

Addendum No.

Addendum No.

Addendum No.

Addendum 08 April 27, 2012

City of Bellingham Post Point WWTP Improvements Mortenson Project No: 12050005

SECTION 00070

BID FORM Page 4 of 4

NON-COLLUSION DECLARATION 1. I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: a. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. b. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration.

Name Of Firm NOTE: If bidder is a corporation, write State of Incorporation; if a partnership, give full names and addresses of all parties below.

Signature:

Official Capacity:

Print Name: Address City Date

State Telephone:

Zip Code FAX:

State Of Washington Contractor's License No.

Employment Security Department No.

Federal Tax Identification Number e-mail address

Base bid, alternates and unit prices are to remain valid for a period of ninety (90) calendar days. M. A. Mortenson Company reserves the right to: reject any or all bids not in compliance with bid package procedures and per RCW 39.10. . END OF BID FORM

Addendum 08 April 27, 2012